Loading...
HomeMy WebLinkAboutContract 62851CONTRACT FOR THE CONSTRUCTION OF City Project No. 102783 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Lauren Prieur, PE Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2024 Multatech Engineering, Inc. TBPE Reg # F351 Sanitary Sewer Rehabilitation, Contract 110 CSC No. 62851 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 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 06/07/2024 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 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 6/07/2024 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 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 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 20 Drilled Piers and Structural Supports – ADDED 08/29/2024 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 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 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 DATE:Tuesday, January 14, 2025 REFERENCE NO.: **M&C 25-0026 LOG NAME: 60SSC110-GRATEX SUBJECT: (CD 3 and CD 4) Authorize Execution of a Contract with Gra-Tex Utilities, Inc. in the Amount of $7,814,166.00, for Sanitary Sewer Rehabilitation, Contract 110 Project, 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 Department’s Fiscal Year 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of a contract with Gra-Tex Utilities, Inc. in the amount of $7,814,166.00 for Sanitary Sewer Rehabilitation, Contract 110 project; 2.Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $7,865,778.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 110 project (City Project No. 102783) 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 110 project (City Project No. 102783) in the amount of $961,859.00, 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 and easements: Street From To CD Scope of Work Western Center Boulevard Silver Sage Drive West 600 feet 4 Sewer Poppy Court Sunnybank Drive Western Center Boulevard 4 Water/Sewer Easement South of SW Loop 820 Overton Ridge Boulevard West 610 feet then north 50 feet and west 50 feet 3 Sewer Bellaire Drive South Ranch View Road South 150 feet and west 100 feet 3 Sewer City of Fort Worth, Texas Mayor and Council Communication Easement between Arundel Avenue and Winslow Drive 220 feet East of Encanto Drive East 910 feet 3 Sewer Easement South of Arundel Avenue 540 feet west of Arundel Avenue / Somerset Lane intersection South 190 feet 3 Sewer Easement West of Somerset Lane Arundel Avenue South 300 feet and southeast 200 feet 3 Sewer Somerset Lane Bellaire Circle Winslow Drive 3 Water Winslow Drive Encanto Drive Somerset Lane 3 Water Easement East of Ranier Court 175 feet East of the Lambert Avenue/Ranier Court intersection Northeast 1,290 feet then North 170 feet and then east 3 Sewer Ranier Court Altura Court South Drive 3 Water/Sewer Norwich Drive Ranier Court South Drive 3 Water Lambert Avenue Ranier Court Norwich Drive 3 Water Easement West of Norwich Drive 200 feet south and 100 feet west of the Ranier Court / Norwich Drive intersection West 170 feet 3 Sewer Easement North of Lambert Avenue 150 feet West of Ranier Court West 542 feet 3 Sewer Easement between Sierra Court and Wyndale Court 130 feet West of Trail Lake Drive West 360 feet 3 Sewer Easement East of Ranier Court 270 feet South of the Ranier Court/Altura Court intersection 150 feet East and 155 feet Southeasterly 3 Sewer Easement North of South Drive 180 feet North of the South Drive/Selkirk Drive intersection West 500 feet then North 60 feet 3 Sewer Additionally, asphalt pavement rehabilitation will be conducted on all the roadways curb to curb subsequent to the water and sanitary sewer main replacement. The Water Department's share of this contract is $7,040,345.00, and the Transportation & Public Works Department's share of the contract is $773,821.00. The project was advertised for bids on September 9, 2024 and September 12, 2024, in the Fort Worth Star-Telegram. On October 3, 2024, the following bids were received: Bidder Amount Time of Completion Gra-Tex Utilities, Inc.$7,814,166.00 500 Calendar Days William J. Schultz, Inc. dba Circle C Construction Company, Inc.$8,735,652.75 Venus Construction Company $8,813,971.00 Western Municipal Construction of Texas, LLC $9,604,406.30 In addition to the contract amount, $584,072.00 (Water: $222,129.00; Sewer: $251,287.00; Paving: $110,656.00) is required for project management, material testing and inspection, and $429,399.00 (Water: $163,576.00; Sewer: $188,441.00; Paving: $77,382.00) 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 5,800 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 FY2025-2029 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: 60SSC110-GRATEX Capital Fund Name Project Name FY2025 CIP Appropriations Authority Additional Appropriations Project Total* 30100 - General Capital Projects Fund P00020 - Contract Street Maintenance $38,798,204.00 This M&C $(961,859.00)$37,836,345.00 *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: 60SSC110-GRATEX Capital Fund Name Project Name FY2025 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2025 Budget W&S Capital Projects – Fund 56002 102783- SS Rehab Contract 110 $0.00 This M&C $7,865,778.00 $7,865,778.00 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 SS Rehab Contract 110 project within the Water & Sewer Capital Projects Fund. FY2025 – Water PayGo Appropriations per City Ordinance 27107-09-2024 FY2025 Original Adopted PayGo FY2025 Amended PayGo(includes any council actions subsequent to budget adoption) YTD PayGo Approved for/Moved to Capital Projects This M&C FY2025 Remaining PayGo Balance $92,597,771.00 $92,597,771.00 $(4,516,723.00)$(7,865,778.00)$80,215,270.00 *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, Contract 110 project as are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* Water & Sewer Capital Projects Fund 56002 $1,052,774.00 $7,865,778.00 $8,918,552.00 General Capital Projects Fund 30100 $0.00 $961,859.00 $961,859.00 Project Total $1,052,774.00 $8,827,637.00 $9,880,411.00 *Numbers rounded for presentation purposes. Business Equity: The Business Equity Division placed a 15.06 percent business equity goal on this solicitation/contract. Gra-Tex Utilities, Inc., will be exceeding the goal at 17.25 percent 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 DISTRICTS 3 and 4. 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 SS Rehab Contract 110 project to support the above recommendations and 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. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount William Johnson (5806) Chris Harder (5020) Preeti KC (5467) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 60SSC110-GRATEX FID Table (AC 11.07.24).xlsx (CFW Internal) 2. 60SSC110-GRATEX_CDs.pdf (Public) 3. 60SSC110GRATEX funds avail.docx (CFW Internal) 4. Compliance Memo.pdf (CFW Internal) 5. Form 1295.pdf (CFW Internal) 6. ORD.APP_60SSC110-GRATEX_30100_AO25(r3).docx (Public) 7. ORD.APP_60SSC110-GRATEX_56002_AO25(r2).docx (Public) 8. PBS CPN 102783.pdf (CFW Internal) 9. SAM.gov search Gra-Tex Utilities.pdf (CFW Internal) 60SSC110-GRATEX FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0600430 4956001 102783 2025 $3,657,222.00 2 56002 0600430 102783 2025 $3,657,222.00 2 56002 0700430 4956001 102783 2025 $4,208,556.00 2 56002 0700430 102783 2025 $4,208,556.00 3 30100 0200431 4910100 P00020 2025 ($961,859.00) 3 30100 0200431 4910100 102783 2025 $961,859.00 3 30100 0200431 P00020 2025 ($961,859.00) 3 30100 0200431 102783 2025 $961,859.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56001 0609020 5956001 $3,657,222.00 2 56002 0600430 4956001 102783 001780 9999 ($3,657,222.00) 2 56001 0709020 5956001 $4,208,556.00 2 56002 0700430 4956001 102783 001780 9999 ($4,208,556.00) Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0600430 4956001 102783 001780 9999 ($3,657,222.00) 2 56002 0600430 5110101 102783 001780 9999 $42,939.00 Water Staff Costs 2 56002 0600430 5550102 102783 001780 9999 $4,000.00 Public Outreach 1 56002 0600430 5740010 102783 001780 9999 $3,271,517.00 Pay to Contractor 2 56002 0600430 5740010 102783 001780 9999 $163,576.00 Contract Contingency 2 56002 0600430 5330500 102783 001784 9999 $42,939.00 Soil Lab Consultant 2 56002 0600430 5310350 102783 001784 9999 $15,458.00 Soil Lab TPW Staff Cost 2 56002 0600430 5110101 102783 001785 9999 $116,793.00 TPW Inspection Staff 2 56002 0700430 4956001 102783 001780 9999 ($4,208,556.00) 2 56002 0700430 5110101 102783 001780 9999 $49,466.00 Water Staff Costs 1 56002 0700430 5740010 102783 001780 9999 $3,768,828.00 Pay to Contractor 2 56002 0700430 5740010 102783 001780 9999 $188,441.00 Contract Contingency FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 2 56002 0700430 5330500 102783 001784 9999 $49,466.00 Soil Lab Consultant 2 56002 0700430 5310350 102783 001784 9999 $17,808.00 Soil Lab TPW Staff Cost 2 56002 0700430 5110101 102783 001785 9999 $134,547.00 TPW Inspection Staff 56002 2060000 102783 RETAIN Retainage FID 1 30100 0200431 5740010 102783 002480 9999 $773,821.00 To Pay Contractor 3 30100 0200431 5740010 102783 002480 9999 $77,382.00 Contract Contingency 3 30100 0200431 5330500 102783 002484 9999 $17,024.00 Soil Lab Consultant 3 30100 0200431 5310350 102783 002484 9999 $8,512.00 Soil Lab TPW Staff 3 30100 0200431 5310350 102783 002485 9999 $85,120.00 TPW Inspection Staff 30100 2060000 102783 RETAIN Retainage FID 000sis-i ADDENDA Page 1 of 2 SECTION 00 OS 15 ADDENDUM NO.1 SANITARY SEWER REHABILITATION, CONTRACT 110 City Project No. 102783 Issue Date: September 25, 2024 Bid Opening Date: October 3, 2024 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space below and in the space provided in Section 00 41 00 Bid Form. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal and on the outside of your sealed bid envelope. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. Prospective bidders are hereby informed of the following changes: 1) Section 00 11 13 Invitation to Bidders The location of the Bid Opening has been added 2) Signed Cover Sheet is attached. 3) Sheet 2— Sheet index has been updated with plan sheet changes 4) Sheets 3-5 — General Notes have been updated to current City General Notes 5) Sheet 64 — Detail D203 has been updated. 6) Sheet 70 — Detail D528 has been updated to include dimensions. 7) Sheet 74 &75 — Has been removed and replaced with sheets 74, 75 and 76 8) Summarized below are responses to questions asked during the pre-bid meeting as well as follow-up questions received via bonfire: a) QUESTION: For the aerial crossing is the 10" supposed to be HDPE per plans or DIP per bid tab i) ANSWER: The aerial crossing should be 10" IPS HDPE DR-17 in 12" steel casing as per plans. Updated Bid Tab provided. 9) The bid proposal work book must be submitted in Excel format. CITY OF FORT WORTH SanitarySewerRehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNl02783 Revised July ], 201 1 000515-2 ADDENDA Page 2 of 2 All other terms and conditions remain unchanged. i��._ ���� � - TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: r- T� l� �� I: �-:� s�n� SIGNATURE: ' �C1� I �/i�_ NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH Sanitary SewerRehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 20i 1 X-7Q19fi GENERAL INFORMATION LEGEND WATER MAIN WATER VALVE AND VALVE BOX SANITARY SEWER MANHOLE CONTROL POINT TEMP.BENCH MARK FIRE HYDRANT PROPETY LINE AND R.O.W. BASELINE STATIONING SIDEWALK UNDERGROUND ELECTRIC UNDERGROUND CABLE UNDERGROUNDTELEPHONE GAS MAIN OVERHEAD ELECTRIC WATER METER GAS METER BURIED TELE. CABLE OR BOX YARD LIGHT MAIL BOX SIGN POWERPOLE WIRE FENCE CHAIN LWK FENCE WOODENFENCE TREES AND SHRUBS TREES REMOVAL 3 z 3 �' de EXISTING � U.E. — U.C. —UGT — o �. _ � � X PAVEMENT REPAIR LEGEND �TEMPORARY HMAC PAVEMENT REPAIR �REMOVE & REPLACE CONC CURB & VALLEY GUTTER PAVEMENT �PULVERIZE PAVEMENT & OVERLAY ASPHALT �REMOVE & REPLACE CONC DRIVEWAY PAVEMENT � . � � I REMOVE & REPLACE CONC I_J SIDEWALK PAVEMENT PROPOSED �— � c P� TBM� fi 5+00 1 Cover Sheet 2 Sheet Index and Legend 0 3 General Construction Notes 4 General Construction Notes 5 General Construction Notes 6 Not Used 7 Project Control Sheet & Paving Rehabilittation (Somerset Ln., Winslow Dr., Western Center Blvd. & Poppy Ct.) 8 Project Control Sheet & Paving Rehabilitation (Rainer Ct., Norwich Dr., Lambert Ave., Ranch View Rd. & Overton Ridge Blvd. 9 Project Easements - M-381 & L-3827 10 Project Easements - L-3829 & L-3830 11 Project Easements - L-3170 & L-3256 UNIT 1 - WATER IMPROVEMENTS 12 Overall Water Layout (Water Lines "A", "B" & "H) 13 Overall Water Layout (Water Lines "C", "D", "E", "F" & "G") 14 Water Line 'A' - Plan & Profile Sta 0+91.00 to Sta 4+00 (Somerset Ln.) 15 Water Line 'A' - Plan & Profile Sta 4+00 to Sta 8+00 (Somerset Ln.) 16 Water Line'A' - Plan & Profile Sta 8+00 to Sta 11+38.32 (Somerset Ln.) 17 Water Line 'B' - Plan Sta 0+21.07 to Sta 7+00 (Winslow Dr.) 18 Water Line 'B' - Plan Sta 7+00 to Sta 13+60 (Winslow Dr.) 19 Water Line 'B' - Plan & Profile Sta 13+60 to Sta 17+37.51 (Winslow Dr.) 20 Water Line 'C' - Plan & Profile Sta 0+00 to Sta 3+00 (Rainer Ct.) 21 Water Line 'C' - Plan & Profile Sta 3+00 to Sta 7+00 (Ranier Ct.) 22 Water Line 'C' - Plan & Profile Sta 7+00 to Sta 10+50 (Ranier Ct.) 23 Water Line 'C' - Plan & Profile Sta 10+50 to Sta 14+50 (Ranier Ct.) 24 Water Line 'C' - Plan & Profile Sta 14+50 to Sta 18+50 (Rainer C.t) 25 Water Line'C' - Plan & Profile Sta 18+50 to Sta 21+42.48 (Ranier Ct.) Water Line'C-1' - Plan & Profile Sta O+g7.22 to Sta 1+2g.2g (South Drive) 26 Water Line 'D' - Plan Sta 0+00 to Sta 8+49.64 (Norwich Dr.) 27 Water Line 'E' - Plan Sta 0+00 to Sta 6+13.61 (Lambert Ave.) 28 Water Line 'H' - Plan Sta 1+00 to Sta 3+85.80 (Poppy Ct.) 29 Water Line Crossing / Lowering Details 30 Water Line Standard Details - Sheet I 31 Water Line Standard Details - Sheet II 32 Water Line Standard Details - Sheet III 33 Water Line Standard Details - Sheet IV 34 Water Line Standard Details - Sheet V UNIT 2- SANITARY SEWER IMPROVEMENTS 35 Overall Sanitary Sewer Layout (M-489", L-3508, L-3827, L-3829, L-3829'A', L-3830, L-3831, L-7405 & L-8402) 36 Overall Sanitary Sewer Layout (M-381, L-3170, L-3256, L-3256'A', L-8649) 37 Sanitary Sewer Abandonment Layout 38 Sanitary Sewer Abandonment Layout 39 Sanitary Sewer M-381 - Plan & Profile Sta 0+00 to Sta 4+00 40 Sanitary Sewer M-381 - Plan & Profile Sta 4+00 to Sta 6+06.40 41 Sanitary Sewer M-489* - Plan & Profile Sta 0+90 to Sta 4+50 42 Sanitary Sewer M-489� - Plan & Profile Sta 4+50 to Sta 7+g1.06 43 Sanitary Sewer L-3170 - Plan & Profile Sta 8+08 to Sta 11+50 44 Sanitary Sewer L-3170 - Plan & Profile Sta 11+50 to Sta 12.95 45 Sanitary Sewer L-3256 - Plan & Profile Sta 0+00 to Sta 4+50 46 Sanitary Sewer L-3256 - Plan & Profile Sta 4+50 to Sta 8+60 47 Sanitary Sewer L-3256'A' - Plan & Profile Sta 0+00 to Sta 2+35 48 Sanitary Sewer L-3508 - Plan & Profile Sta 0+00 to Sta 3+50 49 Sanitary Sewer L-3827 - Plan & Profile Sta 0+00 to Sta 1+60 50 Sanitary Sewer L-3829 - Plan & Profile Sta 0+00 to Sta 3+75 51 Sanitary Sewer L-3S29 - Plan & Profile Sta 3+75 to Sta 5+30 Sanitary Sewer L-3829'A' - Plan & Profile Sta 0+00 to Sta 0+70 52 Sanitary Sewer L-3S30 - Plan & Profile Sta 0+00 to Sta 3+50 53 Sanitary Sewer L-3830 - Plan & Profile Sta 3+50 to Sta 7+50 54 Sanitary Sewer L-3830 - Plan & Profile Sta 7+50 to Sta 11+50 55 Sanitary Sewer L-3830 - Plan & Profile Sta 11+50 to Sta 15+50 � 56 Sanitary Sewer L-3830 - Plan & Profile Sta 15+50 to Sta 18+42 57 Sanitary Sewer L-3S31 - Plan & Profile Sta 0+00 to Sta 2+50 58 Sanitary Sewer L-3831 - Plan & Profile Sta 2+50 to Sta 5+30 59 Sanitary Sewer L-7045 - Plan & Profile Sta 0+00 to Sta 0+23.67 Sanitary Sewer L-8955 - Plan & Profile Sta 0+00 to Sta 0+70 60 Sanitary Sewer L-8402 - Plan & Profile Sta 0+00 to Sta 0+77.81 61 Sanitary Sewer L-8649 - Plan & Profile Sta 0+00 to Sta 3+03.29 62 Sanitary Sewer Standard Details - Sheet I 63 Sanitary Sewer Standard Details - Sheet II 64 Sanitary Sewer Standard Details - Sheet III 65 Sanitary Sewer Standard Details - Sheet IV 66 Sanitary Sewer Standard Details - Sheet V 67 Aerial Crossing Details - Sheet I 68 Aerial Crossing Details - Sheet II � MISCELLANEOUS 69 Paving Details - Sheet I 70 Paving Details - Sheet II 71 Paving Details - Sheet III 72 Erosion Control Details 73 Tree Protection Details 74 Traffic Control Details 75 Traffic Control Details 76 Traffic Control Details �� J � Copynght 2823 by MULTATECH Engineering, ]nc. K\2020\20049.00CFW WaterandSan'itary5ewerOpenList_CFW\06_CA�\CIVIL\SHEETS\C102-SHEETINDEX&LEGEN�.dgn General Notes Updated: Sept. 6, 2024 Ql Division Ol - General Requirements de General: 1. The Contractor shall be responsible far locating all utiliries, whether public ar private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information fumisl�ed by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engmeer shall not be responsible for the accuracy or completeness of any such information or data. The Contractor shall have full res onsibilit for reviewin and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities during construction and for the safety and protecrion thereot and repairing any dainage thereto resulting from the Work. This Work 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. The Contractor shall notify any affected owners (ut�lity companies) or agencies in writing at least 48 hours prior to construct�on. a. Notify TEXAS 8ll (1-800-DIC}-TESS ox www.texas8LLor� to locate existing utilities prior to construction. b. Caution! Buried electric lmes may exist along this project. Contact eleetrical providers 48 hours prior to excavation : • ONCOR ELECTRIC (888) 313-6862 c. Caution! Buried gas lines may exist along this project. Contact ATMOS ENERGY 48 hours prior to excavation, and withm two (2) hours of encountering a gas line ((800) 817-8090) d. Caution! Buned commumcat�on cables may exist along this project. Contact communication companies 48 hours prior to excavation: AT&T (817) 338-6202 e. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall nodfy Traffic Management Division of City of Fort Worth T/PW, 72 hours prior to excavation (817-392-8100). The Contractor shall protect existmg signal hardware, ground boxes, detection loops, and underground conduit at signalized intersect�ons. Any damages at s�gnalized intersections shall be replaced at the expense of the Contractor. The Contractor shall contact the City al 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencmg work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation (Preeti KC 817-392-5467). 2. The Location of all dnveways, retammg walls, structures, etc. which may be shown on these plans are approximate. The Contractor shall verify the exact size, location, elevation, and configuration of all structures prior to construction. 3. Protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. 4. Contractor shall be responsible for maintaining the general safety at and adjacent to the project area, including the personal safety of public and private property. Contractor shall provide temporary samtary sewer tac�l�ties to affected property owners, if necessary per Sechon O1 50 00 Teinporary Facilities and Controls. Not a separate pay item. 5. Contractor's personnel shall have identifying clothing, hats or badges at all times which identify the Contractor's name, logo or company. 6. The contractor shall distribute notices �Door Hanger) to all atfected property owners prior to beginning work on eac property per Section Ol 35 13. 7. The Contractor shall video all potenrially impacted pnvate properry areas prior to wark. Videos shall include date, notation, and audio identification of property address and main/lateral name and station number. This pre-construction video of impacted properties shall be considered subsidiary wark per Section O1 32 33 Preconstruction Video. 8. Contractor's personnel shall have identifying clothing or hats at all times. The contractor shall also have identification on all vehides. 9. Construction activities shall be limited to the hours of 7:00 AM to 6:00 PM Monday thru Friday unless approved or directed by the City. At the pre-construction meet�ng, the Contractor shall provide a construchon schedule in accordance with Section O1 32 16, and provide monthly updates along with the progress payinent per General Conditions, Section 00 72 00, Article 6.04. Any proposed work beyond regular working hours will require written request by the Contractor per General Cond�tions, Sechon 00 72 00, Article 6.02. 10. Shop drawings shall be submitted to the City Inspector, Ciry Project Manager at the pre-construction meeting for review. Any construction activity, matenals, etc. that are identified by the City as non-compliant with the standard details and specifications shall be removed and replaced with materials that conform with the standard details and specificatrons at the contractoi's expense. Rcfcrcnce Section Ol 33 00 Submittals and Section 01 60 00 Product Requirements, and the General Conditions. 11. The Contractor i res onsiblc for kee in streets and sidewalks ad�acent s to project free of mu and debris from the construction per Section O7 74 23. Work associated with this item is considered subsidiary to various items bid. 12. The Contractor shall clean up and restore the area of operations to a condition as good as or better than that which existed prior to work, per Section O l 74 23. 13. Prior to scheduling the Project Final, the Contractor shall provide redlines, cut sheets, final approved pipe shop drawings, CCTV video/reports, liner results, etc., Pipe Report and Service Report per Sections O1 77 19, Ol 78 39, and 33 O1 31 to the City for review, revis�ons, and final acceptance. 14. When it is required that a Contractor work or enter private property, the Contractor shall contact the ro ert owner 48 hours rior to construchon per Section O1 ll 00. Do not store equipment or material on private properry unless and until the specified approval of the property owner has been secured in wnting by the Contractor and a copy furnished to the City. 15. The contractor shall remove froin the project area all surplus material. This shall be incidental and not a separate pay rtem. Surplus materials from excavation including dirt, trash, etc. shall be properly disposed of at a site acceptable to the City 's Flood Plain Administrator if wrthm the Ciry limits. If the location is not within the City limits, the Contractor shall provide a letter stating so. Surplus material may not be placed in natural drainage way without written permission from the afYected property owner and the City's Flood Plain Administrator. If the Contractor places excess material in the areas without written pennission, Contractor shall responsible for all damage resulting from such fill and shall remove the material at their own cost. 16. Costs associated with proposed connections to existing facilities shall be included in each respective bid item, if no specific bid item is included. No separate pay, except as specifically indicated withm these plans or the contract documents. 17. Contractor shall contact local schools prior to beginning construction to inform Principals and Administrators of construction in the area. A note on the school marquee is suggested to inform parents and students of construction, construction duration, and possible alternative routes around construction sites. One lane shall remain open at all times, and all lanes of traffic shall be open up at the end of each work day. 18. Street Use permit shall be submitted per Section O1 55 26 to the City Inspector and TPW for work in City ROW. 19. The Contractor sha11 remove all fences, located within easements, interfering with construction operation and provide temporary fencing during construction. Removed fences, wooden or cham link, shall be replaced with a new fence or undamaged origmal fencing. All affected property owners shall be notified prior to construction. Removal and replacement of existmg and temporary fences per Section O1 11 00 Summary of Work, shall be considered subsidiary to the pro'ect cost and reflected in the unit bid prices for various items listed in the proposa� Division 02 - Existing Conditions 1. No separate pay item will be made for the removal and disposal of existing public faciliues (pipes, valves, etc.) within a proposed urility trench unless otherwise indicated within the project specifications. Items to be removed or abandoned outside of a proposed utilrty trench shall be paid as a separate pay item per Section 02 41 14. 2. Contractor shall protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replaceinent of these items shall be as designated. 3. The Contractor sha11 preserve and protect or remove and replace when shown on the plans (with pnor approval of City Parks and Community Services and/or affected property owners) all trees, shrubs, hedges, retaining walls, landscaping, buildings, walks, etc. in or near proposed construction area. If specific bid item(s) are not mcluded, this work shall be considered incidental and not a separate pay item. 4. Where applieable, two (2) permanent painted drive addresses must be installed at the base of the curb on each side of every driveway. Address signs shall be posted in a position to be plainly visible and legible. Numbers shall be at least 3-inches in height and contrast. 5. Contractor shall not crack break mar or otherwise dama e tile street name markers. In the event a tile stree't name marker is located in an area of construction and cannot be protected, contractor should remove the section of curb and gutter containing the full tile street name marker. Contractor shall replace the full section of the curb and street marker. Division 03 - Concrete Horizontal blocking for water lines has been omitted for clarity. However, blocking shall be constructed and shop drawings submitted to the City Inspector for review, in accordance with Section 03 30 00. Division 31 - Earthwork 1. The contractor must review and maintain a copy of the storm water pollution prevention plan with all conditions, attachments, exhibits, a�d permit modifications in good condition at the construction site. The complete permit must be available for review upon requ�est. 2. Erosion control measures may only be placed in front of inlets, or in channels, drainage ways, or borrow ditches at risk of conh-actor. Contractor shall remain liable for any damage caused by the measures, including flooding damage, which may occur due to blocked drainage. At the conclusion of any pro�ect, all channels, drainage ways, and borrow ditchcs in thc work zone shall be dredged of any sediment generated by the project or deposited as a result of erosion control measures. 3. The contractor shall comp1y with all federal, state, and local erosion, conservation, and siltation ordinances. The contractor shall use sediment filters or other measures approved by the engineer and construction manager to prevent silt and construction debris from cloggmg stonn sewer pipes or proposed ar exislin inlets or from bein trans orted to ad'acent ro erties and street � , g p � P right-o -ways. All erosion control dcvices sha 1 be instal ed prior to site disturbance and shall remain in place until final grading and paving is complete and permanent soil stabilization is achieved. 4. Construction operations shall be managed so that as much of the site as possible is left covered with existmg topsoil and vegetation. 5. All slopes and areas disturbed by construction shall be graded smooth. Sodding or seedmg shall be per Sections 32 92 13 "Sodding" or 32 92 14 "Non-Native Seeding", respechvely. 6. Contractor shall construct a stabilized construction entrance at a11 primary points of access. Contractor is responsible for ensuring that all construction traffic udlizes the stabilized entrance at all times for ingress and egress to the site. 7. Site entry and exit locations shall be mamtamed in a condition which shall prevent tracking or flowing of sediment onto public roadways. All sediment spilled, dropped, washed, or tracked on a public roadway shall be removed immediately. When washing is required to reinove sediment pnor to entrance to a public roadway, it shall be done on an area stabilized with crushed stone which drains into an approved sediment basin. All fines imposed far tracking onto public roads shall be pa�d by the contractor. 8. Contractor is responsible for proper maintenance of the required erosion control devices throughout the entire construction process. Erosion controls shall be repaired or replaced as inspection deems necessary, or as directed by the owner's representative. Accumulated silt in any erosion control device shall be removed and shall be distributed on site in a manner not contributing to additional siltation. The contractor is responsible for re-establishing any erosion control device which is disturbed. 9. Before any earthwork is done, the contractor shall stake out and mark the limits of construction and other items established by the plans. The contractor shall protect and preserve control points at all times durmg the course of the project. The grading contractor shall provide all necessary engmeering and surveying for line and grade control points related to earthwork. 10. Contractor staging area to be agreed upon by owner prior to beginning construction. ll. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. Division 32 - Exterior Improvements General: 1. At locations where the curb and gutter are to be replaced, the Contractor shall assume all responsibility for the re-establishment of ex�stmg street and gutter grades. If bid item from Construction Staking is not included, establishinent of grades 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. 2. All driveways, which are open cut, shall have at least a temporary driving surface at the end oY�each day. The temporary surface 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. 3. Contractor shall verify with Ciry Project Manager the location of all City owned parkland associated with and adjacent to the project and Ciry owned land that is maintained by PARD. Additionally, the Contractor may need a separate agreement in order to access City parkland for staging and/or constructton. Contact Park Planner at 817-392-5764 to verify need for separate agreement. Sidewalks and Curb Rainps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standards for Accessible Design" by the Deparhnent of Justice. 2. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contraetor may propose changes to the sidewalk and curb ramp layout due to field conditions, but any proposed changes must be a proved b tlie Ci . 3. Landingsshall be provided at the top or bottom of curb ratnps, as shown on drawings. The landing clear length shall be 5 feet minimum from the end of ramp. The landmg clear width shall be at least as wide as the curb ramp, excluding flares. The landing shall have a maximum slope of 2% in any direction. 4. Counter slopes of adjoining gutters and road surfaces inunediately adjacent to the curb ramp shall not be steeper than 5% (20:1) in any direction. 5. Contractor shall protect conerete curb and gutter, dnveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated. At locations where the curb and gutter are to be replaced, the contractor shall assume all responsibility for the re-estabLshment of existing street and gutter grades. Establishment of grade shall be performed prior to construction and is not a separate pay ilem, but shall be considered incidental to the project price. 6. All driveways, shall have at least a temporary riding surface at the end of each day. The temporary surface will be considered a non-pay itein. 7. Contractor shall saw cut existing curb and gutter, pavement, driveways, sidewalks at areas where pavement or concrete is to be removed. Saw cutting shall be considered subsidiary to the item being installed. 8. Contractor shall provide compacted subgrade as needed to repair damaged drives, streets, walks, and pat�os. Park & Recreation Department (PARD) Notes: Pertains to all work in and through City parkland, land managed and maintained by PARD including right-of_way, medians, roundabouts, corner cuts, parkways, and may pertain to work ad�acent to City parkland City Parks (Contact Park Planncr 817-392-5764): 1. All proposed utility improvements outside of a recorded easement(s) and located in and/or through a park shall require parkland conversion in accordance to State of Texas, Parks and Wildlife Code Chapter 26: 2. Construction equipment and/or staging, materials storage, and materials testing may not occur on City parkland without prior written approval from PARD. 3. Priar to begmning work on parkland, contact PARD at 817/392-5764, to schedule an on-site ineeting to locate PARD utilities, tree protection, and parkland fencing. Provide 72-hours min�mum notice. 4. Install fencing at park property line to protect parkland. Fencing to remain until construction completed. 5. All disturbance to existing soil, vegetation, irrigation, or equipment on must be repaired or replaced to ex�stmg pre-construction cond�hons or better at no additional cost to PARD. 6. Soil shall be free of construction debris and rocks greater khan 1-inch. Backfill with clean soil prior to seeding or sodding. (Refer to 32 91 19, 32 92 13 and 32 92 14) 7. Turf installation must comply with CFW Standard Construction Specification Documents 32 92 13-Sodding and/or 32 92 14-Non-Native Seeding. 8. Upon request, the contractor shall provide to PARD a copy of cerhfications on soil, sod, seeding and hydromulching prior to installation; along with the delivery tickct. (Ret'er to 32 92 13 and 32 92 14 9. All erosion control materials and fencing to be removed, induding silt fence and tree protection, at completion of pro�ect. City Trees Contact Ciry Forester 817-392-5729, 817-392-5739 : 10. Per C apter 33, Park & Recreation-Forestry Section (PA D-Forestry) has jurisdiction over trees on city-owned property mcluding right-of-way. Approval of lans does not constitute a roval to roceed wrth work until corres ondm permit has been issued. Permts for removal, planting or prunin � of city-owned trees shall be obtained from PARD-Forestry. Pruning required �or preconstrucdon purposes requires the utilization of an ISA-Certified Arborist, as stated in the permit, at no expense to PARD. Contact PARD-Forestry : www.fortworthtexas.gov/ deparhnents/parks/services/forestry or CityTreePermits@fortworthtexas.gov or 817/392-5729 or 817/392-5739. a. Tree protection shall be put in place before grading/const�-uction begins, be inspected by City Forester and remain until complehon of the project. i. 4-foot tall, chain link fencing installed at the tree dripline with bilingual sign on protective t�encing in En lish and Spanish that reads, "Keep Oul, Tree Protection Area" ��To Entre, Area de Proteccion de Arboles"). ii. No entry , grading, excavation, parking or storing of equipinent or supplies inside the protective tree fencing without City Forester approval. rii. All work uiside protective tree fencing to be done by hand, unless prior approval given by City Forester. iv. Roots 2-inch or larger shall not be cut without City Forester approval. Roots shall be clean eut with a saw. v. All cuts on oak trees, including roots, sha11 be painted with general purpose spray paint within 30 minutes of exposure to prevent oak wilt spread. Traffic Con[ro] Plan TCPI: Maintenance of Ttaf �c (MOT) The contractor shall submit a Mai�tenance of Traffic fMOT) p]an at least hvo (2) weeks prior to construction. 'The MO'1' plan sha1L be signed and sealed by a registered profess�onal engineer in the State of Texas. The MOT plan sha1L maintain existing traffic patterns and shall maintam 2-way traffic. ERos�oN coNTao� �ErvERa� NOTEs �o9-za-zooa� Erosion control measures maY onry be placed In front of inlets, or - channels, drainage ways or borrow ditches at risk of contractor. Contractor shall remain liable for any Oamaqe causetl by the mduding flooding damage, which may occur due to blockeded�ainage. At the mndusion of any project, all channels, tlrainage ways and borrow tli[ches In [he work mne shall be dredgetl of as e re�sulteof erosion�mnby�th� prouec[ or depositetl as a result Assessment of Damages to Trees i. The Contractor will check trees in the contract area before contract work begins, any damage will be noted and reported to the Contract Administrator. ii. The Contract Administrator will conduct random checks of the trees during the contract period. iii. A check of all trees may be made at the end of the contract period. City Forester, Contract Administrator, and Contractor will attend the inspection. iv. Damages shall be documented by memo to the City Forester with copy to contract file and the Contractor. v. Contractor may have the option of replacement or payment far severely damaged trees at a locat�on to be designated by PARD. Replacement shall be made on a caliper inch per caliper inch basis with a minimum size of replacement tree of 2-mch m caliper for trees damaged or removed which are less than 30-inch DBH and 2-inch per inch for trees which are 30-inch DBH or greater. The Contractor shall be responsible for the planting, watering, mulching and mamtenance of replacement trees for a period of not less than 2-years. Any tree that does not survrve the 2-year establishment period shall be compensated for by the Contractor to Tree Fund at a rate of $200 per caliper inch. vi. Slight damage shall be defined, in the opinion of the City Forester, as damage that may compartmental�ze. Examples include but are not limited to: scarrmg of the trunk into the cambial layer Y' to 2-inch in width, but less than 1/3 trunk circumference; or breaking of limbs less than 2-inch in diameter or limbsless than 1/3 trunk caliper, whichever is less. Slight damage shall also include: removal or laying down of protective tree fencing prior to end of constructton; storing equipment or supplies within the critical root zone (CRZ); or disposmg of pamt or concrete within the CRZ, but not closer to the trunk than 50% radius of the CRZ. Slight damage to trees shall be assessed at a rate of $100.00 for each instance. Each day uee fencing is not properly \ placed, equipment or supplies are stored withm CRZ, or fill is stored withm the CRZ shall be considered one mstanee. vii. Moderate damage shall be defined, in the opinion of the City Forestcr, as damage that contributes to the poor health and reduced longeviry of the tree. Examples include, but are not limited to: scamng of the trunk into the cambial layer greater than 2-inch, but less than 1/3 the trunk circumference; or breaking of limbs more than 2-inch in diaineter, but less than 1/3 trunk caliper. Moderate dama�e shall also include: compacrion of soi1; grading or filling m 20% of the CRZ on 1 of 4 sides, but outside the 50% radius of the CRZ; or disposing of paint or concrete within 50% radius of the CRZ. Moderate damages sl�all be calculated at a rate of % the assessed value of the tree per each instance of damage. viii. Severe damage or removal of trees is subject to penalty of $200 per diameter inch of trees removed or damaged for trees less than 30-inch DBH or $400 pex diameter inch for trees 30-inch DBH or greater. Severe damage or removal shall indude, but is not limited to: scarring of the trunk to the cambial layer greater tl�an 1/3 the trunk circumference; uprooting or causmg a tree to lean; or damage to a scaffolding branch or any branch greater than 1/3 of trunk caliper. Severe dainage shall also include: compaction of soil, grading or filling more than 20% of the CRZ, or within 50% radius of the CRZ, or on more than one of 4 sides. Cutting 1/3 of the buttress roots within 3 times the distance of the DBH of the trunk, or cutting 4 roots 4-inch or greater in diameter within 4-feet of the trunk shall also be considered severe damage. ix. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6-inch in caliper shall be measured using diameter at breast height (DBH). Trees that muet be removed due to damage caused by the Contractor shall be removed by the Forestry Section's tree removal contractor at the Contractor's expense. x. AII damages shall be paid to the City Tree Fund. Failure to replace or pay for damaged trees shall result in a breach of contract and the Contractor will be automatically assessed damages. Damages as described herein shall be deduced from payments otherwise due the Contractor. Landscaping and lrrigation (Contact Park Planner 817-392-5479): 1 1. All planting matenal shall be warrantied for a period of two years. A Maintenance bond shall be posted for all landscaping materials (hardscapes, irrigation, plantings). 12. All plant identification tags must remam on plant materials for PARD inspection. Contact PARD 72-hours m advance for inspection of tree and landscape plantmgs. 13. Irrigation systems must comply with Texas Comm�ssion on Environmental Quality (TCEQ) Title 30, Texas Administrative Code (TAC) Chapter 344, Rules for Landscape irrigation and City of Fort Worth Texas Ordinance number 18444-01-2009. Any irrigation system that is connected to a public or private potable water supply must be connected through an approved backflow prevention assembly, and must be tested upon installation, or repair by a licensed Backflow Prevention Aeaembly 1'eater (BPAT) who ia regiatered with the City ofFort Worth Water Department. For additional infonnation regarding permitting, contact Development Services Customer Services 817-392-2222. Once irrigation lines have been inspected, approved and `green tag' has been supplied, trees and planring materials can be mstalled. If existing median is altered, wntaet PARD 72 hours in advance for inspection of all irrigation lines, depth, and pressure PRIOR to backfilling. Contact817-392-5479. de Right-of-Way including parkways, medians, corner clips, roundabouts maintained by PARD (Contact Park Planner 817-392-5479): 14. Sod shall be replaced in all areas disturbed by construction. Sod shall match cxisting grasses, per Section 32 92 13. 15. Soil shall be free of construction debris and rocks greater than 1-inch. Backfill with clean soil prior to seeding or sodding. (Refer to 32 91 19, 32 92 13 and 32 92 14) 16. Turf installation must comply with CFW Standard Construction Specification Documents 32 92 13-Soddmg and/or 32 92 14-Non-Native Seedin�. 1 Z Upon request, the contractor shall provide to PARD a copy of cert�cations on so�l, sod, seeding and hydromulcl�mg prior to installation; along with the delivery ticket. (Refer to 3�2 92 13 and 32 92 14) 18. All disturbance to existing soil, vegetation, or irrigation must be repaired or replaced to existing pre-construction conditions or better at no additional cost to PARD. 19. Construction equipment and/or staging, materials storage, and materials testing may not occur on existing medians maintained by PARD without prior written approval from PARD. 20. Pre-exist�ng medians/ROWs within construction confines shall be maintained by Contractor for high grass and weeds every 14 days until construction complete and City acceptance after Final. 21. New Medians/ROWs shall be watered, mowed, and maintained by Contractor until grass coverage is established per CFW Seed/Sod specifications prior to City acceptance. Division 33 - Utilities General: 1. When it is required that a Contractor work on private property within utility easements, the Contractor shall contact the property owner 4$ hours prior to construction. Once the pipe has been installed or rehabil�tated, the Contractor shall immediately commence surface restoration. Surface restoration must be completed to the owner's satisfaction within ten (10) working days. Failure to mamtain and/or complete site restoration, as noted above, may result in deferment of further pipe installation activities. 2. Existing vertical deflections and pipe slopes sl�own on the plans were obtained from record drawings and have not been field verified. Some pipeline slopes were adjusted to mateh surveyed manhole flow lines. Rim elevations, flow lines, and hor�zontal locations of ex�sting manholes were determined from field survey. However, if conflicts with paving, additional fill, storm sewer, drainage headwalls, inlets, bridge piers, embankinents, MSE walls, retaining walls, above ground structures, franchise utilities, etc. have been identified, the utihties in conflict shall be located and potholed using vacuum excavation method per Section 33 OS 30 prior to construct�on of the main. Contractor shall provide all pothole data and other documentation of these conflicts (plans, shop drawings, survey data, etc.) to the Ciry Inspector, Water Engineenng, Water F�eld Operations, as plans shall be revised and subinitted for review by the Ciry in order to avoid a conflict. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated. In no case shall services be allowed to remain out of service overnight. 4. Provide and follow approved Confined Space Entry Program in accordance with OS11A requirements. Contined Spaces shall mclude manholes and a11 other confined spaces m accordance with OSHA's Permit required for Confined Spaces. 5. Only City prequalified Contractors, by appropriate Water Department work category, shall be allowed to adjust valve boxes, manholes, rmg & covers, etc. 6. Contractor �s responsible for all trench safety. The contractor shall construct the proposed work utilizing a trench safety plan prepared by a Licensed Profess�onal Engineer in the State of Texas, for th�s pro�ect, m accordance with OSHn excavation safety standards, Federal and State requirements, per Section 33 OS 10. A trench safety plan shall be subinitted at the pre- construction meeting. This would also include a Ground Water Control Plan if conditions meeting criteria outlined in Section 33 OS 10 exist. 7. All embedment and backfill shall be in accordance with specification 33 OS 10. Contractor shall provide the embedment/backfill density test plan which outlines testing notification, frequency, testing lab, test methods, test result format, contact information eta Contractor shall notify the City Inspector in writmg to obtain samples and perform standard proctortest m accordance with ASTM D698. Upon commencing of backfill placement, Contractor shall schedule a demonstrat�on of ineans and methods to obtam the required densities. Depth of lifts for backfill shall not exceed 12-inches. Test reports shall be posted wrthm 48 hours. Includes the installation of the trcnch geotextile fabric and utility marker tape in accordance with Section 33 OS 26. All pavement repair shall be per Sectwns 32 O 1 17, 32 O1 18, and 32 O 1 29. All non-contorming wark shall be reinoved and replaced. 8. Existing utility inforniation is provided for information only. Although this data is shown as accurately as possible, the Contractor is cautioned that the City and the Engineer neither assumes nor implies any responsibility for the accuracy ofthe data. 9. Existing utility crossings shown on the profile are from reference plans, and from informadon obtamcd from the utility companies. Tt shall be the Contractor's responsibility to field verify the horizontal and vertical locations of the existing utilit�es. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint mdependent of the other system. The Contractor shall refer to City Standard Details for area reguired to mstall conerete blocking. 2. All ductile iron mechanical �oint fittmgs shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipel unless shown otherwise on the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the dra�vings. 5. Elevation adJ'ustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifry percent (50%) of manufacturer's recommendations. 6. Temporary pressure plugs required far sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be mcluded in the price bid i� the Proposal for various bid items. 7. 12-inch diameter and sinaller water mams shall be installed with a minimum cover of 48-inches and 16-inch and larger water mains shall be installed a minimum cover of 60-inches, measured from top of surface (existing and proposed) except where shown otherwise in these plans. 8. Valves shall be installed where designated on these plans in accordance and shop drawings provided to the City lnspector for review per Section 33 12 20. Vaults shall be mstalled on all mams 16-inch diameter and larger per Sections 33 12 20, 33 05 16, and 03 30 00. 9. Fire hydrants shall be a minimum of 3 ft. behind the back of curb (maximum ft.) and in line with the properry/lot lines except where shown otherwise in these plans. Construction and shop clrawing submittals to the Ciry lnspector per Secdon 33 12 40. 10. Contractor shall provide a cleaning plan and disinfection plan for 24-inch and larger water mams, prior to construchon m accordance w�th Seetion 33 04 40, Part 1.5, Submittals. Insert cleaning pig in water main where directed. Cleaning pig shall be provided by Contractor m accordance with Section 33 04 40. Flushing is only permitted when specially designated in the Drawings, and the Contractor shall provide the plan submittals to the Ciry inspector, C�ty Pro�ect Manager, Water F�eld Operations and Water Engineermg tor review at least 1 week prior to start of construction. 1 1. Install chlorination and sampling points at designated locations per Section 33 04 40. 12. Corporation stops shall be tested for full flow when the systein is pressure tested. Construction and shop clrawing submittals per Section 33 12 10. 13. All water mains crossing below storm sewer lmes shall be ductile iron pipe per Section 33 ll 10 and backfilled with CLSM per Section 03 34 13, unless noted otheiwise. 14. Contractor shall provide pipe shop drawings in accordance with the Specifieations. Detailed pipe shop drawmgs/lay schedule water mains 16-inch diameter and larger, signed and sealed by a Licensed Professional Engineer in Tcxas for Ductile Iron Pipe, Concrete, and Steel Pipe are required submittals before start of constn�ction. Elevation adjustment at connechons may be made with bends, offsets, or joint deflections (for example, PVC joint deflections not to exceed 50% of the manufacturer's recommendat�ons per Sechon 33 11 12). Reference Ducrile Iron, Concrete, and Steel Pipe per Sections 33 11 10, 33 11 13, 33 11 14, for the deflection requirements. Pnor to scheduling the Project Final, the Contractor shall provide redlines, cut sheets, final approved pipe shop drawings, etc., Pipe Report and Service Report per Sections O1 77 19, O1 78 39, and 33 O1 31 to the Ciry for review, revisions, and final acceptance. 15. All non-standard bends shall be made by using the closest standard MJ � fittings or fittings with the roquired joint defleetions. Joint deflecrions and associated shop drawmg submittals, shall be in accordance with Sections 33 11 10, 33 11 1 l, 33 11 13, and 33 11 14. 16. All existing'/o-inch water service lines shall be replaced with 1-inch type K copper sernce lines (per ASTM B88), with 1-inch corporation stops and if re uired 1-inch tappin saddle and 1-inch x 3/a-inch reducer at the 3/a-inch curbs top as directed by ghe Engmeer. Shop drawings shall indicate flared copper tubmg with thread dimensions per AWWA C800 and service saddles shall be double strap per Section 33 12 10. 17. All existing water meters shall be relocated 3 ft. behind the curb or as directed by the Engineer (Section 33 12 10). 18. The Contractor shall install a 2-inch temporary water seivice main per Section 33 04 30. Large domestic services (3-mch and Larger) and fire lines shall require a larger mam for temporary water service dunng construction. 19. All PVC water mams 12-inch diameter and smaller shall be DR-14 per Secdon 33 11 12. All ductile iron water mains shall be poly wrapped per Section 33 11 10, 33 11 ll. Cathodic protection study is requixed on all pipes other than PVC. in accordance with thc recommendations from the cathodic protection study, the drawings and specifications for cathodic protectwn shall apply. 20. All water mains shall have temporary plugs per Sections 33 04 40, 33 12 25 and detail at the end of each work day. Deflect water mains atJoints to clear curb inlets. Miniinum horizontal separation from outer wall of main to outer wall of inlet shall be 5 feet. Minimum hor�zontal separation from outer wall of main to outer diameter drilled shafts, and outer wall of headwalls shall be 10 fr. 21. Unless otherwise noted on the plans, the gate valves shall be installed to line up with the property/ROW line. 22. Contractor and Ciry Inspwtor shall contact Water Field Operations piior to all items being removed or salvaged. Contractor shall provide the documents to the City Inspector for all items removed and salvaged to Water Field Operations Warehouse. Contact Warehouse Supeivisor and deliver all salvaged materials to the Warehouse located at 1608 I Ith Ave. Fort Worth TX 76102. Sanitary Sewer: 1. Verify that all connections to the sanitary sewer system are for sanitary sewer ouly. Notify City of any discovered illicit connechons. 2. The Contractor shall be liable for all damages to properties, homes, and basements from backup, which may result during the mstallation of new pipe and/or abandonment of existing pipe. The Contractor will be allowed to open clean outs where available. The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer servwe connections at manholes, provide a hydraulic slide in accordance with the details. 4. The proposed sanitary sewer lines at times will be laid close to other existing utilities and structures both above and below ground. The Contractor shall make necessary provisions for the support and protection of all utility poles, gas mains, telephone cables, sanitary sewer mams, water mains, drainage pipes, uhhry services, and all other utilities and structures both above and below ground during consh�uction. Contractor shall submit shop drawings at the pre-construction meetmg per Section 01 33 00 far support/protection of large d�ameter water mains (16-inch and larger) and sanitary sewer mains (15-inch and larger) for review by City Inspector, Water Engineering, and Water Field Operahons pr�or to construct�on in these areas. In addition, the Contractor shall submit a Cont�ngency Plan and Emergency Plan to the same personnel which includes acceptable p�pe materials on-site for repairs. The Contractor is liable for all damages to existing water and sanitary sewer mains as a result of the Contractor's operations. 5. Contractor shall conduct a Pre-Construction Television Inspection (CCTV) of all existing sanitary sewer lines, which are to be abandoned or rehabilitated via trenchless methods, to verify locations of all sanitary sewer service conneetions prior to construction of the entire projeet. Format of the CCTV video, plan exhibits, and report shall be in accordance with Section 33 Ol 31. Report shall clearly identify existing sanitary sewer main/lateral number, manholes, statton number (from and to), street address, pipe size, pipe material, service locations, pipe material changes, eta Copies of the CCTV video, layout, marked up plans showmg limits, and report shall be provided to the City Inspector, City Pro ect Manager, Water Engineermg, and Water F�eld Operarions, as the schedule sha�l allow for a review tiine of 2 weeks. 6. Contractor shall ensure that all active services can be reconnected and/or rerouted to the new sanitaiy sewer main/lateral per Section 33 31 50. Contactor shall notify the City Inspector, C�ty Project Manager, Water Engineering and Water Field Operations of any potential conflicts prior to construction, so modifications to the plans can be made if necessary. Not a separate pay item, as this work shall be subsidiary to the Pre-Construction Television Inspection of sanitary sewer lines. 7. Contractor shall bypass pump sewage around section of pipe prior to being replaced or rehabilitated per Section 33 03 10. Not a separate pay item for Imes 15-mch diameter and smaller. Payment shall be incidental to the replacement of sewer. 8. New manholes shall be constructed such that the manhole cover is at finished surface grade, or as noted on the plans. Concrete collars per specification 33 OS 13 and detail shall be installed with all new manholes (including manholes outside of pavement and/or on easements), as required for this project. Conerete collars idenhfied in the field that are not in comphance with the specifications and details (i.e. incon�ect collar thickness, no steel reinforcement) shall be removed and replaced at the Contractor's expense. 9. Sanitary Sewer Services larger than 6-inch diameter shall connect to a manhole. For all sanitary sewer service connections at the manhole, Contractar shall providc a hydraulic slide in accordance with Section 33 39 20 and standard detail. 10. Sanitary sewer manholes called out for interiar corrosion protection shall conform to SccUon 33 39 60 Liner System for Sanitary Sewer Structures. This shall include manholes on mains with 3% or greater grade, all drop manholes, siphons, junction structures on large collector mams 15-mch diameter and larger, and other manholes where turbulence is an issue. I 1. Odor control is required for all sanitary sewer manholes in City Park areas, public spaces, near residences, or other areas as determined by the City on mams 15-inch diameter and larger. Storm Drain: l. Maintain the existing storm drainage system until the proposed system is in service. In no case should the Contractor leave the existing storm drain out of service whereby runoff would cause dainage to adjacent property. 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm dram service. Tf the Contractor proposes to construct the system otherwise, the Contractor shall submit a sequencing plan to the City for approval. Conduit: 1. A continuous grounded system shall be provided in PVC conduit by running 1 No. 8 bare copper stranded ground wire in conduit between foundations and grounding at each foundation ground rod. 2. Grounding shall not exceed 25 ohms at each ground rod. 3. All condmts shall be Schedule 80 PVC. Signal Heads: 1. All signal heads shall be either McCainT"', EconoliteT"', or approved equivalent style and dimensions. 2. All signal heads shall be covered with burlap or other approved material from the time ofmstallation until the signal is placed in operat�on. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the s�gnal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall forxn a drip loop. 4. All LED s�gnal indications shall be General Electric (GE) GelcoreTM or equivalent and shall meet the latest ITE standards. 5. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED mserts. 6. Clam-Shell mounting assemblies shall be used for pedestrian indications. 7. All LED signals shall be of the incandescent appearance. 8. All signal l�eads shall have black aluminum, louvered, smgle piece back plates compahble w�th McCainTM, EconoliteTM, or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street na�ne signs. The contractor shall provide a detail sheet for the metro street name s�gns with block numbers to the C�ty for approval prior to fabrication and installahon. 2. Existing stop signs and posts wi11 be removed by the contractor upon, or before, the signal turn-on. Detection System: 1. The Contractor shall furnish and install the detection system and cable unless otherwise called out in the plans. 2. Ethernet cable shall be provided connecting the detecrion central control unit to the communication device. Material and installation shall be subsidiary to the installation detection systcm bid item. 3. The Contractor sha11 install, aim and program all detectors as per City Standard Specifications and City Details. 4. Tl�e Contractor shall refer to City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemprion Equipment (EVP): 1. The Conh-actor sha11 furnish and install the OpticomTM EVP (dctcetors, cable, and discriminator units) unless otherwise called out in the plans. 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail, and ntn one continuous EVP cable from the detector to the cabmet Installation of the EVP system will be paid for per bid item. Acoessible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on all TxDOT locations or as called out in the plans. 2. Ethernet cable shall be connected from APS central control unit to communication device. Material and installation shall be subsidiary to installation of APS bid item. 3. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 4. APS units shall be installed per City Standard Specification and Ciry Detail. 5. APS units shall be programmed by the Contractor. Powder Coating and Paint: 1. All new signal poles, pedestrian poles, and mast anns shall be powder coated black (RAL 9017). If called outs in the plans, all exiaring signal poles, pedestrian poles, and mast arms shall be painted black (RAL 9017). Battery Backup : 1. lf called out for in the plans, battery backup units supplied shall be Alpha or approved equivalent. Tnstallation shall be completed per City Standard Specifications and City Detail. 2. Ethernet cable shall be provided for BBUs connecring BBU to the cominunication device. When mounting an external BBU, ensure cable is routed into the cabinet. Ethernet cable shall be subsidiary to the installation of BBU bid item. PTZ Camera: 1. If called out for in the plans, PTZ Camera units shall comply with the City Standard Specifications. 2. Power supply and ethernet cable material and installation shall be subsidiary to installation of PTZ camera bid item. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Engineering Section for their approval ten (10) days prior to any changes. 10. Two-way traffic must be maintained at all times. One lane of traffic around construction operations in progress with adequate safeguards will be acceptable on minor streets only, unless otherwise directed by the Engineer. Electric Service: 1. Install the required electric services and obtain an eleetrical service permit in each instance, cost of which will be paid by the Contractor. 2. The electrieal service shall comply unth Gry Lighting Standards, Speeifications and Details as applicable per plans. Luminaires: 1. The pre-qualified lighting contractor shall submit a contractor material package along with a copy of applicable plan sheets of the project to the Transportation Pubhe Works, Street Light Department for review and approval before purchasing any lighting material for saidpro�ect. All materials located wrthm the City lighting system shall be an approved pro�uct. 2. The City will not furnish lightmg system material to the contractor. The pre- qualified lighhng contractor shall furnish and install lighting system in accordance with the latest City Standard Specifications, City Details, and plans. 3. The lighting system must follow the cunent Ciry Lightmg Standards, Specifications, and Details. Contact the City Street Light Section for direction on light pole types allowed and design requirements. Division 34 - Transportation Traffic Signals: l. Prior to activating traffic signals with new or revised si�nal timin the contractor shall e-mail Aziz Rahman, Engineering Manager, at az�z.rahman�fortworthtexas.gov at least three (3) weeks in advance to echedule that. 2. If new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces; the contractor shall deliver them to the Crty of Fort Worth, Signal Shop at 5001 James Ave, at least three (3) weeks in advance to schedule that If a cellular modem is being installed, the contractor shall also deliver the modem with the cabinet to the City of Fort Worth Signal Shop so the modem can be activated prior to installation. 3. Unless there is a compelling reason with approval by the Traffic Signal Engineering Group, a new traffic signal will be put on tlash on Thursdays and working colors thc following Tuesday. 4. Swilching from old traffic signal to a new one, this shall be done between Tuesday and Thursdays only. 5. Notify Traftic Management Division (817-392-7738) Project Representative at least 24-hours in advance of all concrete pours. Inspector must be present when concrete is placed on the project site. 6. If applicable, equipment supplied by the City will be available for pick up from the Transportation/Public Works (T/PW) Warehouse at 5001 James Avenue. The Project Representative must authorize all equipment pickups. 7. Contractor shall provide a 5-year manufacturer wan-anty on APS systems. The warranty documentation shall include the start date (when material is delivered to job site) and the end date of the warranty and the serial number of the equipment. 8. The C�ty will not provide traf6c signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the Ciry project budget, or for all privately funded projects, the cost must be included in the b�d package for purchase from the vendor. 9. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 10. All existmg signal equipment shall remain in place and operating until new equipment is m place and ready to operate. 11. The Contractor shall contact Anthon Vasquez, TPW Superintendent, at 817-392-8773 or Anthony.Vasquez c�fortworthtexas.gov at least one (1) week in advance of any disposal of material to coordinate any material that the c�ty may need salvaged. The Contractor is responsible for hauling and properly disposing of salvaged inaterial from the job site to a disposal site of their choosmg. The Contractor will not be allowed to drop otf salvaged materials at the City yards unless otherwise directed by TPW Superintendent for the specified material only. Foundations: 1. Dimensions shown on plans for locations of signal foundations, conduit, and other items may vary in order to meet local conditions. All locations of foundations, conduit, and ground boxes shall be approved by City Traftic Signal Engineer. 2. Contractor shall contact the Cit� traff`ic signal mspector prior to pouring cabinet foundation to be sure that temp ate and bolt patterns are correct fortype of cabinet being supplied. Foundation shall be mstalled per City Specification and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five (5) calendar days followmg pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Conholler cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: I. Contractor shall install controller cabinet and connect all associated field wiring. 2. Ethernet cable shall be provided to connect controller to communication device. Material and installadon shall be subsidiary to install of controller or controller cabinet bid item. 3. City will install signal timing and program controller. de Cellular Modem: Antenna, ethernet cable, power supply, and unmanaged network switch material and installation shall be subs�diary to installation of Cellular Modem bid item. Traffic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a Street-use Permit from TPW Department, at 200 Texas Street. Contact Charles Roberson (817-392-7752) or by emailat Charles.roberson@fortworthtexas.gov. 2. The Contractor shall be responsible for the safety of pedestrians and motonsts m the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal mtcrference to traffic. All trafFic signal equi ment installations shall be arranged so as to permit continuous movement of tra�c in all directions at all rimes. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contraetor's responsibility to ensure that signal indications and timingare adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiaiy to traffic control plan (TCP) pay rtem. 8. Any traffic signal modifications shall be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the Ciry of Fort Worth Standards. ,� X-7Q19fi � IPE _ Ca�i�pR �RCUTIUG lu x�u��aa SPa[E vEp SECIIq+ ii � nc ]d 15INC PI PuiE B ' S�NIT�RY SE4JER3,PIPE M� 4VIhi SiEEL CASING unox NxNEL LIUEp m[anx�[ vuEiaeiutt. alh1E puTlDE � � ]IauEIEF /' _ " � [ AxIE+ ��1�-E `� 1 _ _ NxNEL LIxEp �Ou�lEu.kl� r 1�r v�aTE Irvy�E ; UInuE1EF t � 1�`�� , ;/ GROLiUR �aGE PER SECPCry U IRON "C' CHaXNEL � CS 16 GR NBIrvC Skl��' [�. ��D�+T BOTfOu -NL�E IRLrI Aua+tE➢I SANITARY SENlER PIPE 36" AN6 LARGER 4VIh1 TUNNEL LINER PLSiE i4 � ��IIY EU B _ _ � ��Ir _. __ B A —� PLAN 41EW 3 z 3 3� de l9 Vlo/�o-]�� xE eE��� � i0 lROUGH LLH nwneo unx p�SR St� I IUM R-A scc�wry oa.w m GrTT-IH-IRAGE 9FTIpV. pR PREELE� ANO GNW1E0 i0 -cnsT ecrvcx. �. oxaP �rvr+ww sriau ex�xo ixTo uaiN-urE marr+ E INNE11 dANEIER OF UlE AL S WHERE LAIERAL FIDW-l1NE lO NAIN ROW LIIE IS GPEAIER MNI oa .w oo qEW�qm�v�a 3� to/TM oz < x ee No Wurc ,w x � F��-��E ro ��,-����.` ��� � aE s �A�� � 'tn`sn�i.i-�ince inn o� r� sa a io�nxe � �� �S D�Xf1 LEI�IEPE eErrEEx eExc nN� M� 1HRd1[ e i (iw.1 CITY OF FORT WORTH, TElG45 REVISE�. �8�1-2012 HYDRAULIC SLI�E ss 39 � i r 'I�c BaCHFILL PEA � sscnrN u os +o rou casix� er aPa rL�,, ni qcenn p. � {e �n<u� � s v�a"`s'ccn"c�vzHai i� `• os /r51EE1 C49uG vIPE I r vI�E � ` �eTE��E1 LIxER . . _[q � � CAVSHEO wOCk j :::a. EUBEOUENT PEA / -- « ���v'. SECTIOu 33 65 �0 � � ---- . . �/ /,....�/`\/�/, LLSM FAOM BOTT011 PND J uRrs aF �wncH crt EOEVN6 PIT 10 B' 0.BOYE CASIHG %PE qt nxrvppuwEn an� ro o�cr wo sEn� N� 1� x Y'.T'P;� � ~ /�� dcELllilnA n3niillnc � 5'4:In',; uETxEEx r.v u,n.a� .sP.cE onsix:: s�r-.cnrs TMHR�LL a��o �wE 6 x (11a.j FOR ALL CARHEIt %PE 1Y PND LMGEH. C59NG SP/LER SPFpNG SHALL BE OESIWED BY ENONEER COrv1nCT �OUT PEN �CIIOM 3] 0] 25IF Hi�E �n[Kw'C IX{ ..^.D N�ELrvC T �nSihG SPa�wS ac� ar�'+o sow�a*� -- 1HFEE oATS B. fi� ST+nGARO NANHIXES :HFLL BE FE.UIFEG FOR 9G' are e+se a� irvw uu� �ne uc.x a[ BE�+OS Ox 3g' S��IT�Ar SE�Ea �rvES� -IN-PL-LE CCNIREIE R1ALL 6E PER YCNIN O] ]0 ��� TMqN RI-ING1E5 A901E NATVR4 GROVNO, IXlS OR GFME 41�LS NlH �k_Vi. pORTM REFE3 T: MaM1H[RE F�AxE, Cf.r£R aNp GFApE oF [EMErvi. RIVC. �Ef.4L °RE-CAST CAST-IN-PLACE � • - �_- • I f I _ T j`TMF� �`�- a� uui. i 'y '� unxuu�[ ccru� +' � � � �4� Froo,�oE E�� a��a� e� � . ��ri � �'� �'+� �: �,g ,�� �o � l j I � l _ccnnv _.3 os ,o f RecA:i i �i � � � a ui I Y Mirv. Fox 5.la «.. I niE�ldw�res I I I ��oi,�i"Pfio aive caxNernox i�, I noN s <ccr�o<.�e xin� � SECPp+ �3 ?9 1� ' EfnBE�xENi S4Wl 8E ipx�tio I '� PIPE G:�+nE�11C�+ Ix saxe es.�.w trn.i 1 II 1 I � 2c..oena�r,e �tni eEa secncry �a cs ia V 'V I� oo'oieEcno I{ I "vE � ' se:.nc�� .sa �e o +TMN IE 3�r - I I ' ! � .Tx".] ''E1EIR 1 I I ��--. . . � ,, f � -- i11 --- ---- y I ' ' I ` /, -Y_ % i i ! i r. � ; ui , � -' ' �-. _. �------------�_---__--- - - �. �_—_ ---_—�_—__-- �w. � 9 � ------------- w/orr�iniNc� s� rve P coco uw u J' s uiv. � �i� ` �sr. � [E1rv.7 saan� O�ii&.� I CINOFFORTWORTH,TEXAS 6EVISEo�.72-o1-�n27 TfV 33 39 STANDARD SANITARY SEWER MANHOLE �nr�n_o�oa —� n�}h6: I. HOIE TLP SHaLL BE PEP x:.xHIXE FRaME. L��Ea nrvp �aapE RI�+�, DETnL ac IrvDI�AlEO Ix iHE CAnwlx��6� z ��sn oa �ss eacimu .aou�o rw�v ciaivc SHeLL BE A ululMilx Cf ]a In ALL �IRECPCNS xo vwc swu a� Puceri nx he. e xLL ��6= unnH[ilE': �:HALL xE::�.IxE �:::Nt��.s'I:�v FtI11Et'.11tl� \ . . eEFE� T� ua��HOIE FknuE. CJ�9"+ +rvp GA+�OE eI�G �EfaIL _��i1�������1�:�5\:��\\\\\\\\\\\\` '+EFE.� 1�� �EN-1A _F N< HCIE x�:HE� aoy EuaE��Eii PE� :Fcn^h .. ... �o � � I �� cr � � LJ. t 11Mlr ; I �� � � g` I - � oacp =icE .'� ' � ` E BEC E�T `� � m¢nrr" - j I C `� ORT N�RT ,-- v,> :. � `_._.—. CIN OF FORT WORTH,TEXAS STAMDAR� 4' DIAMETER DROP SANITARY SEWER MANHdLE 3l„10% r�]09 REVISE�'. 70-15-2021 aa F a. UX � Copynght 2823 by MULTATECH Engineering, ]nc. K�\2020\20049.00 CFW_Water and Sanl[ary5ewer Open Llst_CFW\06_CAD\CIVIL\SHEETS\C326-SS �ETAILS-dgn X-7Q19fi � Iy-c s��EE v�1E z� cE s' na.u� 9 En4l1:iF.�- A - - - y I -� - =�>w s o�.9.N � I� 4. �� � kE�nF�w�E k• I.h \ � � �]NIVE x/ f3 1 ��TjceR� 3a5�e' 11 - w1 i i d..I1�C � q ',• L'.b.N. I I� I - '( Ga�nvEO :m �� 1� ce - Exca;sl��' AIUT c�TIE F'�G OIIxxY I p� . }h.i�.l �R � nr.r lnnr �r:.� ccc , � .,, _� �,3,s_s, �� �__ I viE s ExPnnS'I[w ; ilni .� VE .5J t.1 .!-.�S..S v1E � - 'C-� ulY sla.lE �wY. �mVEWAY aF'P....,H i, .' r�l�v� ��O�tiIE :�wx sEE v;;TE �' - - uilk `lae�[��w�i x]-c HI�;. c ]Wr .. - Li T- I -1 T ElE F= E PLAN VIEW r- m� r�- � � ioskh. �,r �w�, �— 2' 8.5' / EE NOIE - 4''i:�EwSlh r�fil oErs 3�. 1.� �� r _ ����� e� m � iLL e � T ,ne � � e r�e �ne �� � �«� � . . . . F a �, �ua-� ¢ °�� Kn�ose� ,..HF�i � 1 sx=�x T �`.Qun`,rEs`e nu��.'� � - i E I r 1. - — _ , _, ---�-_�- - _ _T — � � ,. �_ �. "'.'l_:____'_.—'..__ :. F I F —vEE rt:lE'� —tiEE •�t:lE e4 ~���-�` -.- - - - - -�c J , _� r.nNsrreur�nu�..i:avr ie - - . — _ 1, rwl..:. - - -r e r i,x e i n i e c nr.v �z s r �. n„ -.��-- �N .�� ,.. .��..,r i _� . � � � � - �''EP.rFnNVG�TfFI".1LC E_LE IM I T I ElE _ I i � �:.E'lllkl . _ SEGTION A-A _« E�„E� E�� u E E r E� FORT WORTH CiTY OF FC C4NCRETE RE� � APPFtDAf E_ E_ � � E � _�_, �,� - ASPI ��e• c I / f TM /' I oo.c� m -s o. r,nurar�n ��'J °0w/`,s`�nsE ` ��LAx�E ?EA SE.TRu .T] .1 ].� ❑RIVEWAY EJCPAN530M JOWT rn R:r��.xapi�s[r ve 'i-'k" ul� �tE+�nvi'.E +� ���e r.: FlT J�uEL n'.�� FE onrti;s E�i �n- . x su�mn� I�ev�:.naio. y�i�T Mn{v,�r �..ws an�� o�n• nr�.cuai . 'I G.�nf1 s�'r.�nT 9nakET r.n.osco a�i�,c PE� 3�e �, -�:-L?» � /! l i y.� V �' l—�,o Ei n. � �����_. ' I-E. Iin�:.lY I �-e�Nyl � f � / Til - �_ J 1 ��� 5, ,� za ��� I li�` .E_��Eo �� yE L 5Aa ;T�' �RIVEWAY EXPANSfON CONSiF2l1CTION JOINT (BETNEEN EXIST 8 PRDP � � z 3 3� de "'�a:;;s'" A � PEk .12 �5 ��-OSi.I � / _—_ I I / /nEn SEClIOu ` � �M1yw � ]� tY �8 1 rnrs � � 3i �3P�3-05�3 ________ , , B" mm�t � A� , /�/�IM1� � SEE NOIE 4 ra.e�sinory R 5cCnOn 32 i2 i6 �1 e[rxG vnucr I PLAN VIEW ���� IS' O,L.O.w. t" �ax pa 55 DPECIEO &i �pj�q I nie aaume �seecevre�) I (�Esio°H,u�'s"i��rsl I SECTION A A "ohs i. ixE r reEr�Fox� ca+cxEh v.��r sHu� xfaucE TME rov r aF NE vnuruar wN NE r+EUAmr+c pamonrcF P�nr�uExT ro eE caxsmuc�o ixauort.c si.ea�+nE ixExn.iEx1. iry .:ccnoar.wE �n1x ixE lrncu ]. 9�FlF%B ��WE A CR-1 OR NA AH iHE PRFPMEp SU9OtOLE PWNPENENISlII! 1HE PAYEMEHi YGIIQN. 0 pt E B A�HPL7 OH PRE Hm SVBCAAOE YAY B[ USE0. a anr uuns rxw r�wnxspx dwxr 1a rwrxxsicx nirvr. 4 9' Rlb 2+' Hu4C iPNlSTGi 5'J&901ARY TD CCNfkEiE YnLLEx WiIEP- Cltt uAv �FOrE RWI110M1+L HM�C nenM51110N BEr�]M iHESE lArtS VNOER SEPM4IE ppY IIPI FVR 4MAC lPNl9TGi PER SECTOH 32 12 19. ? GYT1Ek i0 6E 51+�E� TO COUF'ORN WTH Cp�CAEIE vaLLEY IOR PA'hY]�TL RT ■R/ GITV OF FORT WORTH, TEXAS REVISEo� 08�1-2�12 CONCRETE VALLEY GUTTER 32 16 13-D530 � � , , ,-�y � -- ..., .F,, ".,.,�., t� ' _ _ _ - �; ,�'' �� ��� J�— _ _ _ �� � — — =,_ r - �.Eo r � � 'L r � `r � ^^�"' om. �q - � f�,�:—:. �.a,�,�. r.... �t ,. -�- +� � f „J._,. �,o � o.� � � m� .,� l � - ..,. �x __-_ J. , -- -- � ti,bm �•. - 'h ._ ' � ,� < < �r, r ��� .� r.,�, �q�% __ � !p -_�1' ' �-� — .��_ % ---��,�,pm .,.� � �L....-C' r �:,^-� , ,, �.I �.o..�� � I aa F a. UX � Copynght 2823 by MULTATECH Engineering, ]nc. K�.\2020\20049.00CFW WaterandSanitarySewerOpenList_CFW\06_CA�\CIVIL\SHEETS\C401-PAV�ETAILS.dgn THE FOLLOWING NOTESARE APP�ICABLE i0 ALLTYPICALS GENERALNOTES' 'I. AllchanrielizingdericesshallheinaccoManwwdh�hewrrentedi[ionol[heienasManual o� u�a� r.� co�wi oe��«s. 2. All Tr�c Con[ml �eviws shall ham workirvg Nsible waming liphts az requiued in xwrlanw wdh �hecuirentedi�ion oifie iAIIITC�. 3. ForTemvorarySiwalions,nhenitisnolleasibletoremweandres[oreparemen[ mark'ings, channel'ization m ust be made dominant by �sing a very close deriw spacing. rn�s ��s esaedaiN �mao.tam �� m�atio�s � �o�n�M��e �m��ano�, s��n as wnere var�� ��s d�re�edo�,ado�ciereuo.«�oe�r��e. i�s��nm�a���.G,a��er�a�devmesca���eor 10 feet'is ieq�ired. 4. For Lonp Term Stalionary work, all conAic[ing paremen� markings must he removed and centerline striping provided where iwo way [raR'ic is in adjacem lanes. 5. ConiracmrshallpmvidezidenalFclos�re,crossnalFclos�reandforwalkwaybypasz wheremr pedestrian moremenis are affecled by construct'ion ac[ivities. All sidenalk and nalks shall be aacssible nhen contiac[or is not worFing unless o[herwise approred by fieSCity Traffic Engineer. 6. TheuseofliailermouMedARROW�ISPLRYSmaybeiequimdonalllaneGowres. The ontraclor shal I pmvide one I� 1 s[andbY �ni[ in good wo rFing cmdition at Me job si1e, ready tor �se, A his opera�ion requires 24l�our a tlay clos�re se[-�ps antl d reQui retl. �. CiNTraRicEngineerantl�orinspectanmayrequireatltlivonalirai�iccontroltle�ices. TYPICALTFANSIiION LENGTHS AN❑ Sl1GGE5TE� MA%IMUM SPACING OF DEVICES Minirrum�esrableTaper S�slelMaemvnCeris SugpesAetlSg� lenpJ�;Fee���L] �cng Spacng�,Feei) PO� �Q �� �� OnaT�er �aTangeirc '%' Speec Fcmula' Lam Lane Lane ;Feet] [Feet� pinenuon MPH Olfse[ Q4• �M1ze[ � 150 1� 1Aa '.A [0-]5 1N � _� xa sas zas � �o�o iea eo 2[fi ]A5 �za ao saieo zao 45 4W 485 590 4'� 90.110 32� L=4Y5 � eao sso �a w ioo-i� aoo 'L- Taper lenglh in feei W- Wltl�h ot offsei in feei 5- Posietl speetl Note' 9uXerZmexillhe251eet[mavimumj. LEGEN❑ � F�ehcuf o �,r�� . � � � . � � � � �. , � _ � G � � „ � ■ f 4 I certity thaY this plan wiEl 6e used for the fol3owing lacation�s}. Signature 6a[e TYPICAL OME-WAY 57RE€T DiYE LEFT LANE CLOSURE PiAN 121L TM[liC� � s „ � p � :� T �� � x i j � � � '� x � � 4 4 I certify that this plan wiEl 6e used far the foliowing loca4ion{sj. Signawre Date FYPiCALaM1I{-WAY STREET OM1fE HIGHT LANE CLOSURE PLA3'1121R TNlI1FCD TRAFFIC CONTROL NOTES: 1. CONTRACTOR WILL MAINTAIN AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES AND RESTORE BACK TO TWO LANES OF TRAFFIC AT THE END OF EACH DAY. 2. ALL OPEN TRENCHES SHALL BE PLATED AT THE END OF EACH DAY'S WORK. 3. RESIDENTIAL AND COMMERCIAL ACCESS SHALL BE MAINTAINED AT ALL TIMES. 4. WORK HOURS MONDAY THROUGH FRIDAY FOR CONSTRUCTION NEAR OR WITHIN HIGH VOLUME ROAD WILL BE LIMITED TO THE HOURS OF 7:00 AM TO 6:00 PM. 5. WORK HOURS FOR WEEKEND CONSTRUCTION WITHIN 300 FEET OF A RESIDENCE WILL BE LIMITED TO THE HOURS OF 9:00 AM TO 5:00 PM. � � � J. i>a.� �as�e T � � � � �° T fi � { a T 1 � � � � I certify thai this plan will he used For the faliowing location[s}. S�gnature Date TYPiCAL DNF-WAY Ml1LTIPLE LANE STREEf ONE LfFT LANE CLOSURE PEAN 131L TMi17CD � T � � �� - oR��-ER � 1� 1� � � � � � � � � % 8 + � I certity thai this plan wiSl 6e used for the following location(sE. Sgnature �are 7YPiCAL ONE-WAY MULTIPLE LANE STREEf ONE RIGHT LANE CLaSf1RE PLAN 1315 TMi13C0 0 UPDATED TRAFFIC CONTROL DETAILS 9/23/24 PJP DESCRIPTION DATE APP.BV REVISIONS FORTWORTH � 0 CITY OF FORT WORTH, TEXAS � WATER DEPARTMENT � H Z SANITARY SEWER REHABILITATION, ° CONTRACT110 0 CITY PROJECT NO. 102783 Q � J TRAFFIC CONTROL DETAILS m (SHEET 1 OF 3) Q 2 W �� � TBPE Reg #F351 W 2821 WEST 7TH ST, SUITE 400 FORT WORTH, TEXAS 76107 w MULTATECM (817)877-5571 � nnennecre•euoiuecne } � DESIGN'. GES SCALE FILENO. SHEETNo. Q AS SHOWN ^ F-- DRAWN: GES DATE X-29196 �Y z CHECKED: PJP AUGUST2024 Q � 1 � �I � � 1 � I I certiTy tha[ this plan wi31 he used for the faliowing location{s}. s:a�aw�e oace TYPiCAL TWO-WAY STREET - SAEE� LIMIT d0 MAH OR CE55 -SHORT PLAN 2208 FERM SFATIONARY - TWElVE HOUR50R LESS - DAYTIM€ ONLY TM{1TCO � �� � � � � � � 4 �� � � � � � T 'r � _ � � I certify thai this plan will he used For the faliowing location[s}. S�gnature Date TYPiCAL PNO-WAV 53REET �kE IANE ClOSISRE PLAN 241R TMi17CD a��� � � ' � � � � �� ��� � I certity thaY this plan wiEl 6e used for the fol3owing lacation�s}. 9gnature 6a[e 7YP3CAL TlhlO-WAY 5TREET- SYEE� LIMIT 30 MPH 4R LESS - INTERME�IA7{ TEHM- OVERNIGHF 70 THHEE �AYS PLAN 220C TM[IiCD � � � � ti � . �eein �r.n,=oae�..vo � � � sra,i�o�.ccn�c.camsi�cT � , � � F�� � � R� �B !'° � � $ ��� �� I certify that this plan wiEl 6e used far the foliowing loca4ion{s). Signawre Date TYPiCALiWO-WAY57RE€T LRNECLOSURE TRAFFIC CONTROL NOTES: 1. CONTRACTOR WILL MAINTAIN AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES AND RESTORE BACK TO TWO LANES OF TRAFFIC AT THE END OF EACH DAY. 2. ALL OPEN TRENCHES SHALL BE PLATED AT THE END OF EACH DAY'S WORK. 3. RESIDENTIAL AND COMMERCIAL ACCESS SHALL BE MAINTAINED AT ALL TIMES. 4. WORK HOURS MONDAY THROUGH FRIDAY FOR CONSTRUCTION NEAR OR WITHIN HIGH VOLUME ROAD WILL BE LIMITED TO THE HOURS OF 7:00 AM TO 6:00 PM. 5. WORK HOURS FOR WEEKEND CONSTRUCTION WITHIN 300 FEET OF A RESIDENCE WILL BE LIMITED TO THE HOURS OF 9:00 AM TO 5:00 PM. � PLAN 221 TMl1TCD � ,j. PAL �as�e 0 UPDATED TRAFFIC CONTROL DETAILS 9/23/24 PJP DESCRIPTION DATE APP.BV REVISIONS FORTWORTH � 0 CITY OF FORT WORTH, TEXAS � WATER DEPARTMENT � SANITARY SEWER REHABILITATION, ° CONTRACT110 0 CITY PROJECT NO. 102783 Q � J TRAFFIC CONTROL DETAILS m (SHEET 2 OF 3) Q 2 W �� � TBPE Reg #F351 W 2821 WEST 7TH ST, SUITE 400 FORT WORTH, TEXAS 76107 w MULTATECM (817)877-5571 � nnennecre•euoiuecne } � DESIGN'. GES SCALE FILENO. SHEETNo. Q AS SHOWN F-- oR^WN �ES DATE X-29196 75 z CHECKED: PJP AUGUST2024 Q � I certiTy that this plan will 6e used for the fallowing location[s}. Slgnat�re SI�EWALN CLO5URE DETOUR 6ate PLAN P-1 TMl1iCO LEGEN� � v:unlxaa �� F � �`h i'��?v:'"�:e ���� � � � I cesiiiy thaf this plan will he used for the fal[owing location{s}. Signature FIPiCAL ALLEY CiQSU RE Pate � � ,�, � PLAN A-2 kway widem TRAFFIC CONTROL NOTES: 1. CONTRACTOR WILL MAINTAIN AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES AND RESTORE BACK TO TWO LANES OF TRAFFIC AT THE END OF EACH DAY. 2. ALL OPEN TRENCHES SHALL BE PLATED AT THE END OF EACH DAY'S WORK. 3. RESIDENTIAL AND COMMERCIAL ACCESS SHALL BE MAINTAINED AT ALL TIMES. 4. WORK HOURS MONDAY THROUGH FRIDAY FOR CONSTRUCTION NEAR OR WITHIN HIGH VOLUME ROAD WILL BE LIMITED TO THE HOURS OF 7:00 AM TO 6:00 PM. 5. WORK HOURS FOR WEEKEND CONSTRUCTION WITHIN 300 FEET OF A RESIDENCE WILL BE LIMITED TO THE HOURS OF 9:00 AM TO 5:00 PM. � � I certity thaY th[s plan wiH 6e used for the following lacaYion�s]. Signature SI�EWALN CLOSURE �IVER516N 6a[e PlAN P-2 TM[liC� � ,j. PAL �as�e 0 UPDATED TRAFFIC CONTROL DETAILS 9/23/24 PJP DESCRIPTION DATE APP.BV REVISIONS FORTWORTH � O CITY OF FORT WORTH, TEXAS � WATER DEPARTMENT � SANITARY SEWER REHABILITATION, ° CONTRACT110 0 CITY PROJECT NO. 102783 Q � J TRAFFIC CONTROL DETAILS m (SHEET 3 OF 3) Q 2 W �� � TBPE Reg #F351 W 2821 WEST 7TH ST, SUITE 400 FORT WORTH,TEXAS 76107 w MULTATECH (817)877-5571 � .a��Re�.eNo�NEEaa } � DESIGN'. GES SCALE FILENO. SHEETNO. Q AS SHOWN �` F-- DRAWN: GES DATE X-29196 �V z CHECKED: PJP AUGUST2024 Q 00 OS 15 ADDENDA Page 1 of 2 SECTION 00 OS 15 ADDENDUM N0.2 SANITARY SEWER REHABILITATION, CONTRACT 110 City Project No. 102783 Issue Date: October 02, 2024 Bid Opening Date: October 3, 2024 Addendum No. 1- September 25, 2024 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space below and in the space provided in Section 00 41 00 Bid Form. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal and on the outside of your sealed bid envelope. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. Prospective bidders are hereby informed of the following changes: 1) Section 00 52 43 Agreement has been updated. 2) Bid Proposal workbook has been updated entirely. 3) Summarized below are responses to questions asked during the pre-bid meeting as well as follow-up questions received via bonfire: a) QUESTION: Is the prequalification required for the aerial crossing and concrete piers subcontractor? i) ANSWER: Yes, a prequalification is required for the aerial crossing and concrete piers subcontractor. CITY OF FORT WORTH SanitarySewerRehabi(itation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 All other terms and conditions remain unchanged_ � ���� iQNY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT 00 OS 15 ADDENDA Page 2 of 2 �By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Gr'a " I e U�; I� c S SIGNA NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH SanitarySewerRehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNl02783 Revised July 1, 2011 00 OS 15 ADDENDA Page 1 of 2 SECTION 00 OS 15 ADDENDUM N0.3 SANITARY SEWER REHABILITATION, CONTRACT 110 City Project No. 102783 Issue Date: October 02, 2024 Bid Opening Date: October 3, 2024 Addendum No. 1- September 25, 2024 Addendum No. 2- October 02, 2024 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space below and in the space provided in Section 00 41 00 Bid Form. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal and on the outside of your sealed bid envelope. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. Prospective bidders are hereby informed of the following changes: 1) Bid Proposal workbook is being replaced with the revised version attached to this Addendum No. 3. CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised 7uly 1, 201 I 00 OS 15 ADDENDA Page 2 of 2 All other terms and conditions remain unchanged. i�� �'��� TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT �By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: - x SIGNATURE: �e�, I.Lvf �.. NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH Sanitary SewerRehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102783 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Sanitary Sewer Rehabilitation, Contract 110 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 03, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. 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. 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. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102783 Revised 2/08/24 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: The major work will consist of the (approximate) following: 3,489 LF 12” water pipe, 3,295 LF 8” water pipe, 799LF 12” sewer pipe in 20” casing, 2,674 LF 8” sewer pipe, 81 LF 10” DIP sewer aerial crossing, and 58 manholes, and 22,058 SY of 10”-11” Pavement Pulverization. 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 – In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: September 23, 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. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 102783 Revised 2/08/24 AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Preeti KC, City of Fort Worth Email: Preeti.KC@FortWorth@texas.gov Phone: 817-392-5467 AND/OR Attn: Paul Padilla, Multatech Engineering, Inc. Email: ppadilla@multatech.com Phone: 817-289-2060 ADVERTISEMENT DATES September 5, 2024 September 12, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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/ Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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 Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 10278 Revised/Updated 1/17/24 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 003513 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ Canflict of In#er�st C�uestlannaire state.tx.us htt s:llwww.et�tics.sta#e.tx.usld�t2lform5lcanflictlCi5. df 0 ❑ ❑ 0 ❑ ❑ CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Gra-Tex Utilities By: Rex Heflin Signatur . - Title: END OF SECTION Estimator CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 00 41 00 BID FORM Page 2 of 11 TO: 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. SECTION 00 41 00 BID FORM 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. FOR: City Project No.: Sanitary Sewer Rehabilitation Contract 110 102783 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. The Purchasing Manager 1. Enter Into Agreement 200 Texas Street City of Fort Worth, Texas 76102 c/o: The Purchasing Division Units/Sections:Unit I: Water Improvements Unit II: Sewer Improvements Unit III: Paving Improvements 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Div 00-General Conditions_00 41 00 Bid Proposal Workbook_FINAL 00 41 00 BID FORM Page 3 of 11 d. a. b. c. d. e. f. g. h. 4.1. 500 4.2. a. b. c. d. e. f. g. h.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. 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: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 3. Prequalification Concrete Paving Construction/Reconstruction (LESS THAN 15,000 sy) Aerial Crossing and Concrete Piers 4. Time of Completion The Work will be complete for Final Acceptance within CCTV, 12-inches and smaller San. Sewer Manhole/Structure Interior Lining (Warren or Chesterton) Coating Sewer Pipe Enlargement 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches 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 Distribution, Urban and Renewal, 12-inch diameter and smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 sy) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Div 00-General Conditions_00 41 00 Bid Proposal Workbook_FINAL 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Deductive Alternate Additive Alternate Total Bid 7. Bid Submittal This Bid is submitted on 10-03-2024 $7,814,166.00 $0.00 $0.00 $0.00 #REF! by the entity named below. f�espectFully sub itted, By: (Signature) Rex Heflin (Printed Name) Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: /Qu�µ Addendum No. 2. Q�,, �� Addendum No. 3: Qwl+ Addendum No. 4: Title: Estimator Company: Gra-Tex Utilities Address: PO Box1038 Kennedale Texas 76060 State of Incorporation: Texas Email: gratexestimate@gmail.com Phone: 817-781-0234 END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIQN DOCUMENTS Revised 9/30/2021 Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 00 42 43 BID PROPOSAL Page 1 of 3 1 3311.0541 16" PVC Water Pipe DR-14 33 11 12 LF 120 $ 332.00 $39,840.00 2 3311.0461 12" PVC Water Pipe DR-14 33 11 12 LF 3,443 $ 172.00 $592,196.00 3 3311.0461 12" PVC Water Pipe DR-14, CLSM Backfill 33 11 12 LF 46 $ 311.00 $14,306.00 4 3311.0261 8" PVC Water Pipe DR-14 33 11 12 LF 3,295 $ 95.00 $313,025.00 5 3311.0161 6" PVC Water Pipe DR-14 33 11 12 LF 52 $ 83.00 $4,316.00 6 3312.3002 6" Gate Valve 33 12 20 EA 7 $ 3,709.00 $25,963.00 7 3312.3003 8" Gate Valve 33 12 20 EA 12 $ 4,542.00 $54,504.00 8 3312.3005 12" Gate Valve 33 12 20 EA 9 $ 6,893.00 $62,037.00 9 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 2 $ 45,450.00 $90,900.00 10 3305.0030 8" Water Line Lowering 33 05 12 EA 1 $ 9,130.00 $9,130.00 11 3305.0050 12" Water Line Lowering 33 05 12 EA 2 $ 11,546.00 $23,092.00 11 3312.0001 Fire Hydrant 33 12 40 EA 4 $ 8,685.00 $34,740.00 12 0241.1302 Remove and Salvage 6" Water Valve 33 11 12 LF 12 $ 2,167.00 $26,004.00 13 0241.1510 Salvage Fire Hydrants 02 41 14 EA 6 $ 2,167.00 $13,002.00 14 0241.1511 Salvage Water Meter 02 41 14 EA 142 $ 320.00 $45,440.00 15 3312.2003 1" Water Service 33 12 10 EA 63 $ 2,330.00 $146,790.00 16 3312.2001 1" Water Service, Meter Reconnection 33 12 20 EA 63 $ 309.00 $19,467.00 17 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 23 $ 424.00 $9,752.00 18 3312.2103 1 1/2" Water Service 33 12 10 EA 23 $ 3,152.00 $72,496.00 19 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 10 $ 650.00 $6,500.00 20 3312.2203 2" Water Service 33 12 10 EA 10 $ 4,793.00 $47,930.00 21 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 10 $ 7,976.00 $79,760.00 22 3312.0106 Connection to Existing 16" Water Main 33 12 25 EA 3 $ 8,650.00 $25,950.00 23 3305.0109 Trench Safety 33 05 10 LF 3,609 $ 2.00 $7,218.00 24 Temp. HMAC Pvmt Repair 3201.0113 6' Width 32 13 13 LF 6,836 $ 32.00 $218,752.00 25 Perm. Conc. Pvmt Repair 3201.016116 6' Width 32 12 16 SY 250 $ 225.00 $56,250.00 26 3213.0400 5" Concrete Driveway 32 13 20 SY 106 $ 146.00 $15,476.00 27 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 Ton 4 $ 6,250.00 $25,000.00 28 3292.0100 Block Sod Placement 32 92 13 SY 300 $ 22.00 $6,600.00 29 3292.0400 Seeding, Hydromulch 32 92 13 SY 50 $ 5.00 $250.00 30 241.13 Remove Existing Concrete Curb & Gutter 02 41 15 LF 500 $ 8.00 $4,000.00 31 3216.0102 6" Concrete Curb & Gutter 32 16 13 LF 500 $ 81.00 $40,500.00 32 241.0401 Remove Existing Concrete Driveway 02 41 15 SF 869 $ 4.00 $3,476.00 33 3213.0401 Install New 6-Inch Concrete Driveway 32 13 20 SF 869 $ 157.00 $136,433.00 34 241.0300 Remove Existing Wheel Chair Ramp 02 41 15 EA 1 $ 437.00 $437.00 35 3213.0501 Install New ADA Wheelchair Ramp - Type R-1 32 13 20 EA 1 $ 5,625.00 $5,625.00 36 241.14 Remove Existing Concrete Valley Gutter 02 41 15 SY 100 $ 45.00 $4,500.00 37 3216.0302 Install New 7" Concrete Valley Gutter 3216.0303 SY 100 $ 206.00 $20,600.00 38 241.17 11-Inch Pavement Pulverization 02 41 15 SY 8,988 $ 14.00 $125,832.00 39 3211.33 Cem-Lime Stabilization @ 32Lbs/SY 3211.33 TN 144 $ 589.00 $84,816.00 40 3212.0303 3-Inch Surface Course-Asphalt, Type "D"3212.0303 SY 8,988 $ 36.00 $323,568.00 41 9999.0001 Remove Speed Cushion w/ Striping 02 41 15 EA 1 $ 1,300.00 $1,300.00 42 3305.0111 Water Valve Box Adjustment w/ Concrete Collar 3305.0111 EA 11 $ 1,285.00 $14,135.00 43 3305.0107 Manhole Adjustment w/ Concrete Collar, Minor 3305.0107 EA 4 $ 2,791.00 $11,164.00 44 3217.5001 Painting Curb Addresses 3217.5001 EA 27 $ 94.00 $2,538.00 45 9999.0020 Remove & Replace Inlet Top 33 49 5006 EA 2 $ 8,125.00 $16,250.00 46 3123.0101 Unclassified Excavation 31 23 01 CY 13 $ 101.00 $1,313.00 47 3291.01 Topsoil 32 29 01 CY 13 $ 188.00 $2,444.00 48 32120404 HMAC Transition 31 12 04 TN 3 $ 750.00 $2,250.00 49 241.10 Remove Concrete Pavement 02 41 15 SY 250 $ 45.00 $11,250.00 50 31015.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 300 $ 43.00 $12,900.00 51 3305.0103 Exploratory Excavation of Ex Utilities 33 05 30 EA 11 $ 3,250.00 $35,750.00 52 3304.0101 Temporary Water Services 33 04 30 LS 1 $ 156,250.00 $156,250.00 53 0171.0101 Construction Staking 01 71 23 LS 1 $ 18,750.00 $18,750.00 54 0171.0102 As-Built Survey 01 71 23 LS 1 $ 12,500.00 $12,500.00 55 3471.0001 Traffic Control 34 71 13 MO 9 $ 3,125.00 $28,125.00 56 3125.0101 SWPPP ≥ 1 acre 01 57 13 LS 1 $ 8,125.00 $8,125.00 57 9999.0000 Water Construction Allowance 01 99 23 1 $ 100,000.00 $100,000.00 $3,271,517.00Unit I: Water Improvements Sub-Total Bid SECTION 00 42 43 PROPOSAL FORM Description Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Specification Section No.Bid Quantity Unit Price Bid Value Unit 1 - Water Improvements Unit of Measure Bidlist Item No. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 1-Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM Description Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Specification Section No.Bid Quantity Unit Price Bid Value Unit of Measure Bidlist Item No. 1 3331.4208 12" Sewer PVC Pipe, SDR-26 33 11 10, 33 31 12, 33 31 20 LF 326 $ 114.00 $37,164.00 2 3331.4208 12" DIP Sewer Pipe by OTOC w/ 24" Casing Pipe 33 11 10, 33 31 12, 33 31 20 LF 473 $ 541.00 $255,893.00 3 3331.4201 10" Sewer PVC Pipe, SDR-26 33 31 20 LF 526 $ 96.00 $50,496.00 4 3331.15 10" IPS HDPE Sewer DR-17 w/ 12" Sewer Carrier Pipe (Aerial Crossing) 33 31 15 33 05 24 LF 81 $ 228.00 $18,468.00 5 3331.4115 8" Sewer PVC Pipe, SDR-26 33 31 20 LF 2190 $ 90.00 $197,100.00 6 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 508 $ 169.00 $85,852.00 7 3305.9999 8" DIP Sewer Pipe by OTOC w 20" Casing Pipe 33 31 15 33 05 22 LF 774 $ 525.00 $406,350.00 8 3331.5748 8" DIP Sewer Pipe, CLSM Backfill w/ epoxy lining protect 401 or equal 33 11 10 LF 48 $ 456.00 $21,888.00 9 3331.1102 6" to 8" HDPE - SDR 17 Pipe Enlargement 33 31 23 LF 1980 $ 181.00 $358,380.00 10 3331.0102 6" PVC Sewer Pipe, Point Repair 33 31 22, 33 31 23 LF 10 $ 231.00 $2,310.00 11 0241.2201 Remove Sewer Manhole 02 41 14 EA 24 $ 812.00 $19,488.00 12 3331.3101 4" Sewer Service (Includes Clean Out)33 31 50 EA 78 $ 1,698.00 $132,444.00 13 3331.3311 4" Sewer Service, Reinstatement wwith Cleanout 33 31 50 EA 78 $ 1,458.00 $113,724.00 14 3339.1001 4' Manhole (Sewer)33 39 10 EA 44 $ 6,896.00 $303,424.00 15 3339.1004 Shallow Manhole (Sewer)33 39 10 EA 3 $ 8,875.00 $26,625.00 16 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 4 $ 8,796.00 $35,184.00 17 3339.1003 4' Extra Depth manhole 33 39 20 VF 58 $ 695.00 $40,310.00 18 0241.0900 Remove Misc Conc Structure (Drilled Piers)02 41 13 LS 1 $ 13,000.00 $13,000.00 19 9999.0000 Install Structural Drilled Piers Supports, and Tie Down Straps Including Excavation and Material Haul Off 99 99 99 LS 1 $ 26,000.00 $26,000.00 20 9999.0000 Remove and Replace Concrete Flume (Aerial Crossing)99 99 99 LS 1 $ 82,500.00 $82,500.00 21 3305.0112 Concrete Collar 33 05 17 EA 47 $ 1,250.00 $58,750.00 22 3339.0001 Epoxy Manhole Liner 33 39 60 VF 255 $ 678.00 $172,890.00 23 3301.0101 Manhole Vacuum Testing 33 01 30 EA 47 $ 156.00 $7,332.00 24 3305.0109 Trench Safety 33 05 10 LF 2068 $ 2.00 $4,136.00 25 3305.0113 Trench Water Stops 33 05 15 EA 2 $ 6,500.00 $13,000.00 26 3216.0301 Valley Gutter Repair 32 16 13 SY 82 $ 251.00 $20,582.00 27 0241.0500 Remove Wood Fence and Replace 02 41 13 LF 100 $ 260.00 $26,000.00 28 1522.2102 6" Sewer Abandonment Plug 02 41 14 EA 5 $ 1,300.00 $6,500.00 29 1542.2104 10" Sewer Abandonment Plug 02 41 14 EA 4 $ 1,625.00 $6,500.00 30 2617.0102 6"-12" Tree Removal 31 10 00 EA 7 $ 697.00 $4,879.00 31 2627.0103 12"-18" Tree Removal 31 10 00 EA 9 $ 1,768.00 $15,912.00 32 2637.0104 18"-24" Tree Removal 31 10 00 EA 1 $ 2,841.00 $2,841.00 33 2647.0105 24" and Larger Tree Removal 31 10 00 EA 1 $ 5,965.00 $5,965.00 34 Temp. HMAC Pvmt Repair 3201.0113 6' Width 32 13 13 LF 555 $ 32.00 $17,760.00 35 3292.0100 Block Sod Placement 32 92 13 SY 200 $ 22.00 $4,400.00 36 3292.0400 Seeding, Hydromulch 32 92 13 SY 50 $ 5.00 $250.00 37 3303.0001 Bypass Pumping 33 03 10 LS 1 $ 50,000.00 $50,000.00 38 0241.2001 Sanitary Line Grouting 33 03 10 CY 45 $ 602.00 $27,090.00 39 9999.0001 Tree Protection 99 99 99 EA 17 $ 1,200.00 $20,400.00 40 241.13 Remove Existing Concrete Curb & Gutter 02 41 15 LF 500 $ 8.00 $4,000.00 41 Remove and Replace Concrete Pavement (Residential/Arterial) Full Panel Replacement 3216.0102 SY 1037 $ 269.00 $278,953.00 42 3216.0102 6" Concrete Curb & Gutter 3216.0102 LF 500 $ 81.00 $40,500.00 43 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 100 $ 19.00 $1,900.00 44 241.0401 Remove Existing Concrete Driveway 02 41 15 SF 582 $ 4.00 $2,328.00 45 3213.0401 Install New 6-Inch Concrete Driveway 3213.0401 SF 582 $ 17.00 $9,894.00 46 241.0300 Remove Existing Wheel Chair Ramp 02 41 15 EA 1 $ 437.00 $437.00 47 3213.0501 Install New ADA Wheelchair Ramp - Type R-1 32 13 20 EA 1 $ 5,625.00 $5,625.00 48 241.14 Remove Existing Concrete Valley Gutter 02 41 15 SY 60 $ 45.00 $2,700.00 49 3216.0302 Install New 7" Concrete Valley Gutter 3216.0303 SY 60 $ 200.00 $12,000.00 50 241.17 11-Inch Pavement Pulverization 02 41 15 SY 4304 $ 14.00 $60,256.00 51 3211.33 Cem-Lime Stabilization @ 32Lbs/SY 3211.33 TN 70 $ 589.00 $41,230.00 52 3212.0303 3-Inch Surface Course-Asphalt, Type "D"3212.0303 SY 4304 $ 36.00 $154,944.00 53 9999.0001 Remove Speed Cushion w/ Striping 02 41 15 EA 1 $ 1,300.00 $1,300.00 54 3305.0111 Water Valve Box Adjustment w/ Concrete Collar 3305.0111 EA 5 $ 1,285.00 $6,425.00 55 3305.0107 Manhole Adjustment w/ Concrete Collar, Minor 3305.0107 EA 4 $ 2,791.00 $11,164.00 56 3217.5001 Painting Curb Addresses 3217.5001 EA 14 $ 94.00 $1,316.00 57 9999.0001 Remove and Replace Guard Rail 33 05 13 LF 40 $ 325.00 $13,000.00 58 3349.5006 Remove & Replace Inlet Top 33 49 5006 EA 2 $ 8,125.00 $16,250.00 59 3213.0322 Concrete Curb, Back of Sidewalk 32 13 03 LF 13 $ 63.00 $819.00 60 3213.0301 4" Concrete Sidewalk 32 13 03 SF 300 $ 14.00 $4,200.00 61 3123.0101 Unclassified Excavation 31 23 01 CY 13 $ 101.00 $1,313.00 Unit 2 - Sewer Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 1-Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSAL FORM Description Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Specification Section No.Bid Quantity Unit Price Bid Value Unit of Measure Bidlist Item No. 62 3291.01 Topsoil 32 29 01 CY 3 $ 188.00 $564.00 63 32120404 HMAC Transition 31 12 04 TN 3 $ 750.00 $2,250.00 64 9999.0108 Miscellaneous Structure Adjustment- Sprinkler 33 05 14 EA 5 $ 1,250.00 $6,250.00 65 3305.0103 Exploratory Excavation of Ex Utilities 33 05 30 EA 10 $ 6,500.00 $65,000.00 66 31015.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 300 $ 59.00 $17,700.00 67 3301.0001 Pre-CCTV Inspection 33 01 31 LF 3227 $ 10.00 $32,270.00 68 3301.0002 Post CCTV Inspection 33 01 31 LF 6916 $ 8.00 $55,328.00 69 3301.0002 Final-CCTV Inspection 33 01 31 LF 6916 $ 4.00 $27,664.00 70 3301.0002 Final-Manhole CCTV Inspection 33 01 31 EA 81 $ 356.00 $28,836.00 71 0171.0101 Construction Staking 01 71 23 LS 1 $ 18,750.00 $18,750.00 72 0171.0102 As-Built Survey 01 71 23 LS 1 $ 12,500.00 $12,500.00 73 3471.0001 Traffic Control 34 71 13 MO 10 $ 3,125.00 $31,250.00 74 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $ 8,125.00 $8,125.00 75 9999.0000 Sewer Construction Allowance 1 $ 100,000.00 $100,000.00 $3,768,828.00 1 3305.0108 Utility Adjustment (irrigation Allowance)3305.0108 LS 1 $ 10,000.00 $10,000.00 2 241.13 Remove Existing Concrete Curb and Gutter 241.13 LF 500 $ 8.00 $4,000.00 3 3216.0102 6" Concrete Curb and Gutter 3216.0102 LF 500 $ 81.00 $40,500.00 4 241.0401 Remove Existing Concrete Driveway 241.0401 SF 1215 $ 4.00 $4,860.00 5 3213.0401 Install New 6-Inch Concrete Driveway 3213.0401 SF 1215 $ 18.00 $21,870.00 6 241.03 Remove Existing Wheelchair Ramp 241.03 EA 1 $ 437.00 $437.00 7 3213.0501 Install New ADA Wheelchair Ramp - Type R-1 32 13 20 EA 1 $ 5,625.00 $5,625.00 8 241.14 Remove Existing Concrete Valley Gutter 241.14 SY 65 $ 45.00 $2,925.00 9 3216.0302 Install New 7" Concrete Valley Gutter 3216.0302 SY 65 $ 200.00 $13,000.00 10 241.17 11-Inch Pavement Pulverization 241.17 SY 8767 $ 14.00 $122,738.00 11 3211.33 Cem-Lime Stabilization @ 32Lbs/SY 3211.33 TN 141 $ 589.00 $83,049.00 12 3213.0101 Unclassified Street Excavation 3123.0101 CY 25 $ 101.00 $2,525.00 13 3212.0303 3-Inch Surface Course Asphalt, Type" D" 3212.0303 SY 8767 $ 36.00 $315,612.00 14 9999.0001 Remove Speed Cushion w/ Striping 9999.0001 EA 1 $ 1,300.00 $1,300.00 15 3305.0111 Water Valve Box Adjustment with Concrete Collar 3305.0111 EA 10 $ 1,285.00 $12,850.00 16 3305.0107 Manhole Adjustment With Concrete Collar, Minor 3305.0107 EA 4 $ 2,791.00 $11,164.00 17 3217.5001 Painting Curb Addresses 3217.5001 EA 34 $ 94.00 $3,196.00 18 3291.01 Topsoil 3291.01 CY 15 $ 188.00 $2,820.00 19 3291.01 Block Sod Replacement 3292.01 SY 300 $ 22.00 $6,600.00 20 3349.5006 Remove and Replace Inlet Top 33 49 5006 EA 2 $ 8,125.00 $16,250.00 21 3471.0001 Traffic Control 3471.0001 MO 3 $ 3,125.00 $9,375.00 22 3125.0101 SWPPP ≥ 1 acre 3125.0101 LS 1 $ 8,125.00 $8,125.00 23 3212.0404 HMAC Transition 3212.0404 TN 5 $ 750.00 $3,750.00 24 241.1 Remove Conc Pvmt 241.1 SY 250 $ 45.00 $11,250.00 25 9999.0004 Paving Construction Allowance 9999.0004 LS 1 $ 60,000.00 $60,000.00 $773,821.00 Unit I: Water Improvements Sub-Total Bid $3,271,517.00 Unit II: Sewer Improvements Sub-Total Bid $3,768,828.00 Unit III: Paving Improvements Sub-Total Bid $773,821.00 $7,814,166.00 END OF SECTION Unit II: Sewer Improvements Sub-Total Bid Unit III: Paving Improvements Sub-Total Bid Unit 3 - Paving Improvements Bid Summary Total Bid = Unit I + Unit II + Unit III Base Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 1-Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 � "�=� r' ❑QCUm�nt A3�OT"" ��1� : � :. � C�NTRACTQR: C�ra-lex Ltilitie:s fnc F'_C).f3t,x I[i;4 f��llltcdalc:. I �xas i(�(1617 QWNER: f'i[� <�f (=�irt �i'��rth �i�ll} �C��.�ili �ifCCl Fert \1 orth. T��as 'C� I ��2 BOND AMQUNT: 5°! GAB PROJECT: C'it} uE� l ur[ 1i'urll�, �[ul[iple i,ocation;. Sani[<�n Se�tier R�habilita,Enn �c�ntrac� I 14i This d��cument has impo�ant legal conseGuences ConsuitaLon vkth ar attarney is encourageC �roith respect ta its eompfetion ar modification Any singular refarence to Contractar, Surety, Ovmer or otner party shatl �e considered �lural where applicable The C'.ontractor and Surety are bound to thz Owner in the a=no�int set Yt�-th abo� e, for [he pay�menc of which the Contractor and Surety 6ind chemseives, their heirs, executors, administra[ors, successors and assigns, jointly and severally, as provided herein. The condi�ions of this E3ond are such that :f the Owner accepts :he bid of the Contractor within the time specified ir the bid documenrs, or with;n such time period as may be agreed to by the Owner and Contraeror, and thz Contractor either (1 ) enters into a contract with the Owner in accordance with the [erms of such bid, anci gives such bond or bonds as rray be speciGed in the bidding or Contract Documencs, with a surery admitted in the jurisdiction of tre Project and otherwise accep[able to the Owner, far the faithful performance of such Contract and fQr the prompt payment of labor and ma[erial furnished in the prosecution thereoF, or (2) pays [o the Owner the diiferznce, not :o zxceed [he amount of this Ciond, between the amount specified in said 'bicl and such larger amaunt for w-hicn the Owner may in good fai[h contract with another party to periorm Ehe work covered by said bid, then this obli�ation shall be null and vaid, othenvise to remain in ���11 force and efFec[. I'he Surery hereby waives any notice of an agreement between the Owner and Contractor to extend the tim e in which the Owner may accept [he bid. 1'Jaiver of notice by [he Surety shall not apply to any extension exceeding sixty (60) days in rhe a��;re�;ate beyond the [ime for acceptance of bids s¢eci[ied in the 5id doeuments, and the Owne!- and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connecti:�n with a subcontractor'� bid to a Contractor, ehe term Coi�tractor in this Bond shall be deemed �0 6e Subcontractor and the �erm Ou.ner shail he deerned to be CoRtractor. VVhen this F3ond has been furnished to eompl_y witl� a statti�ory or other leaa! requirement in the focaFion of the Project, any prnvision in this Sond conflicting 4vith sai� staturor}� or legal rzquirement shall 6e deemed deleted herefrom and pravisions conforr,iing to such statutory or other legal rzquirement shal!'�z deemed incc�rporatzd herein. b�'hen sa f��mished, che intent is tha[ [his Bond sha! I be cQnstrued as a statutory hond and not �s a comman law bond Signed� sealed this Znd :; tCI lr�ess J � I � .," � . SURETY: I{artti�rd i�ir;: In;i�rxi�cr ('�mi�ian� (�nc f I:�rif;u�l f'lai,t H�trtf�,r�l. C'tmnc;�ti�ut +�(, f ��-Uiif) I day oF Octc�ber, 2(}2� (;iti-�f"ex i�tilili�� iit� ;•, :: _ (.Sea�J r �t �,,��,�, . �P.��s'r. �U'J,_��'1r��s. Ti_ ej �r,. r /� •.•,f f.:',r: i r; Instirane� Cc;,npan� i. , �� " •�'-'���z� Board. Attomey-in-Fact fSeal� a sign an ong�nal AIA Contract Oa vhich th�t �ssures that obscured AIA Documenl A310'" - 2010. Capy-<r7; ��q5;. �g?n �.,,, -:.,.r, � e American institu�e of ArchReGs. All rights reserved. ' TM�= ��4�1 Init. dbyUS C<,,�.•�:,� , - �sult n cr � , �r E ?ure�asers are permitteC to •eproCuce ten j' OJ copies of tnis aocument when completed. ?e repor� copyrigh' �nofations of AfA Con[rac[ QC°'�rrenls, e-matl tec;s' lega� ���e!, cepyny7;�j �rg n6, ,� P��1L�ER �F ATT�RNEY Direcf Inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza HartFord, Connecticut 06155 Bond.CW ims�thehartfwd. com caU:888-266-3488 orfax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA C).'?3 ltiSJ�A:dC? �"JCS LLC Agency Code: 4 5- 512 4� 2 X� Hartford Fire Insuranee Company, a corporation dulq or�anized under the laws ofthG State ofCannecticut � HartFord Casualty Insurance Company, a corporation duly orea�iized under the laws ofthe State oFlndiana � Hartford Accident and Indemnity Company, a wrporation dul� oreanized under [he laws of die S[ate of Connecticut � Hartford Underwriters Insurance Company, a corporation duly oreanized under [hc laws of the Sta[e of Connecticut 0 Twin City Fire Insurance Company, a corpora[ion duly or<,anired underthe la��s ofthe State oFlndi:�ia � HartFord InsuranCe Company of Illinois, a cor}�oration duh or�anired under the la«s ofthe State of Illinois � Hartford Insurance Company of the Midwest, a corporacion dulv organizcd under the la�ss ofche S[ate of lndiana � HartFord Insu�anCe Company of the Southeast, a corporltion dul�- organized under the laws of [he State of Flonda ��aving inei� norrie onice in Hartford, Conneciicui: �neremaiier coiiecfiveiy rererred to as the �C;omparnes') do hereby make; consUtute and appoint, up to the amountof Ur.l im:;.nd : �radiey Bcard, �im H_ Barr, Dn:;iei F. Dacy II_, Tracie Gar�er, Chris Hoit, P�uia C. �ones af FORT WO�'IH, Te :as their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written insiruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfiormance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies ha�e caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies. the Companies hereby unambiguously a�rm that they are and will be bound by any mechanically applied signatures appiied to this Power of Attorney. _,,,r�L �'—'°�l� y �,,, � • . • '�,. ,c.qk �if- cs �,. ��' �� �� �F � �t ......• �` F L9ar ��\. i?;_�y��-t f,�. ►w i ,� ���j �i � f'r�� � � � � • ;i� � ��� �� �, at—. �} �.� ��is�K ip74 "�I o:L f�7y.� _'ti Sy� i ;;y�.rt�.•I ''`Tf, �,, �'•`.�� .yr�`.� -.v19T4 ■ } �'-• _ �_�' �r • } '�e���•'� ���3�• �' �' i ����� �� ���� Shelby Wiggins, Assistant Secretary S7QTE Qf FtORfpA ss. Lake Mary COLINTY QF SEMINOLE •-s � I -- , 'U.l�%c , �' ��.c.�� �; . Joelle L. LaPierre, Assistant Vice President On this 20th day of Ma�c 2021, before me personally came Joelle LaPierre. to me known. who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State ofi Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations: that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. r y � f+.��z' -�.',raCiccune ��` `L �' 7+ �� ` � �1vCanmii��ion lifi 12_'_'SD F,xpires June -0. _'025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is still in full force effective as of 2nd day of October, 2024. Signed and sealed in Lake Mary Florida �P�� y-'�' .,�t��� .•�� � "�`"^ ,�`�. �r�� ''k,\ . '�,� � "` l n�:e�- ':!1 _ : tivsr � ��� ,`- .��•;�'_ r� �:s� `� - '°i ►.� ,� � '� .'""�' : � r+s�� ` ��t l p - q ! - ' _' 7 G 7 0 M1� 1 l � 9 4 �� \ - , r�- ��..'' - + � tiF�� f .6�_ - , §�.... v •� 4� � '•� � .�� •rs��.�, '� : `".. - �=� � . _�� ��� �— i _. �`�� Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To ootain i�rformatia� or make a complaint: You may �pr�ta�t your A�ent. You may call The Hartford's Consumer Affairs toll-free tetephane number for information or to make a complaint at: 1-800-451-6944 You may cantact the T�xas Department of Insurance to obtain information on eompanies, coverages, ri�hts, or complaints at: � -8Da-25�-3439 You may writ� the Texas Department of Insurance: P.O. Box 1499 Q4 Austin, T� 78714-91 �4 Fax: (512) 490-1007 Web: www. tdi, �ex�s. av E-mail: ConsumerPro�ectian@tdi. rexas. ov PREMIUM OR CLAIM DISPUTES: Should you f�ave a dispute concerning your premium or about a claim, yau 5hould contact the �a�ent} (corrEpany) {agent or tF�e company) first. If the dis�ute is not resol��d, you may contact the Texas �epa�tment af Ir�sura�ce. ATTACH THIS NOTICE TO YQUR ROLICY: This notice is for information only and daes not become a part or conditian of the attached document. ./TX4� 75-1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.0 BIDDER: Gra-Tex By: Rex Heflin (Signature) Title: Estimator Date: 10/3/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30I2021 Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 12-inch diameter and Gra-Tex smaller Asphalt Paving Construction/Reconstruction Texas Material (LESS THAN 15,000 sy) Concrete Paving Construction/Reconstruction Makou Inc. (LESS THAN 15,000 sy) CCTV, 12-inches and smaller Clean Pipe Sewer Pipe Enlargement 12- inches and smaller Excel 4 San. Sewer Manhole/Structure Interior Lining (Warren or BCAC Chesterton) Coating San. Sewer Manhole/Structure Interior Lining (Warren or Chesterton) Coating Aerial Crossing and Concrete Makou Inc. Piers The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gra-Tex Utilities By: Rex Heflin PO Box1038 � Kennedale Texas 76060 ignature) 0 Title: Estimator Date: /b-�3�2o�,y END OF SECTION CIN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30I2021 Addendum 3 CPN102783 Bid Proposal Workbook FINAL-10-2-2024 FORTWORTHo May 04, 2024 Mr. Sheldon Rosenbaum, Vice President Gra-Tex Utilities, Inc PO Box 1038 Kennedale, TX 76060 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Rosenbaum: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $34,167,620.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Water Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods The prequalification and bid limit established above will remain current through 4/30/2025 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very truly, / �-- � a Bv 9 r � �� � � �� `I�r Chris Harder, P.E. Water Director Fort Worth � All•Nnedca City � � W � � �I 1964 • 7993 • 201] MAIL TO: John Kasavich, P.E. Fort Worth Water Department Engineering & Regulatory Services 200 Texas Street Fort Worth, TX 76102 WATER DEPARTMENT THE CITY OP FORT WORTH * ZOO TGXAS STRCGT * FORT WORTH, Te�s 76102 817-392-8240 * Fnx 817-392-8195 �r Printed on recycled paper 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 45 26 - 1 COVTRi�CTOR CO�IPLIANCE WITH �VORKER'S COMPENSAT[ON LAW Page I of I 2 3 5 6 8 9 10 ii l2 13 �� IS 16 17 l8 19 �p 21 22 23 74 ? _5 26 �� Zs 29 30 31 �� 33 3� 3� 36 i7 34 �9 SECTION 00 45 26 C�NTRACTOR CONIPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended; Contractor cec-tifies that it provides woi�kec's compensation in5urance coverage for all of its enlployees employed on City Project No. ] 02783. Contr�actor further certifies that; pursuant to Texas Labor Code, Section 406.096(b), as amer�ded, it will provide to City its stibconti•actor's certiticates of compliance wxth �vorke�•'s compensation coverage. CONTI2ACTOR: Gra-Tex Utilities, Inc. Cornpany � PO Box 1038 Address Kennedale, TX 76060 City/State/Zip � THE STATE OF TEXAS COUNTY �FTAR.R.ANT Bv; Sheldon Rosenbaum (Please Print) � � Sib ature; _5���� _ Title: Vice President (Please Pi•int) BEFORE ME, the undersigned authorih�, on this day personally appeared Sheldon_Rosenbaum __ __ , knotivn to ule to be the person whose name is subscribed t� the foregoing instrument, snd aclulowledged to ine that he/she executed the same as the act and deed of __ for the pttrposes and consideration the►•ein expressed and in the capacitv therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th_ _day of _ _ January ___�, Zo25 ,�pRY pUe GREG STEVEN HUGDAHI � :° � Notary ID J/12816098i Not y Pu c in and�the State. of Te a J„�� My Commission Expires - X S '� oF � April 5, 2026 EN:ll OF SECTION crry or rorrr wc�arH 57�ANDARf) CON,����R[)C"I�ION SPECIFYCAI�IOV DO(.U��IR?�'l;ti RevisedJnl} I,.'_UII Sanitary Sev�er Rehabi6talion, Coniract 110 cPr> >o2?as 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 SECTION 00 45 40 1 Business Equity Goal 2 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-12 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project __15.06____% of the total bid value of the contract (Base 17 bid applies to Parks and Community Services). 18 19 METHODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime 26 contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be submitted electronically with the other required bidding 30 documents at the time of the bid under the respective Project via the Procurement Portal: 31 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 33 exclusive of the bid opening date with the respective Project via the Procurement Portal by 34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 35 submit required documentation at the time of bid submission. 36 37 The Offeror must submit one or more of the following documents: 38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 39 2. Letter of Intent, for all M/WBE Subcontractors; 40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 41 participation is less than stated goal, or no Business Equity participation is accomplished; 42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 43 all subcontracting/supplier opportunities; or 44 5. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-45 Protégé participation. 46 47 These forms can be accessed at: 48 Business Equity Utilization Form and Letter of Intent 49 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH Sanitary Sewer Rehabilitation, Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised June 7, 2024 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 1 Form_DVIN 2022 220324.pdf 2 3 Letter of Intent 4 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 5 2021.pdf 6 7 Business Equity Good Faith Effort Form 8 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 9 Form_DVIN 2022.pdf 10 11 Business Equity Prime Contractor Waiver Form 12 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 13 Waiver-220313.pdf 14 15 Business Equity Joint Venture Form 16 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 17 Venture_220225.pdf 18 19 20 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 21 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 22 REJECTED. 23 24 25 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 26 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-27 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 28 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 29 30 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 31 Department at (817) 392-2674. 32 END OF SECTION 33 34 01/14/2025 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised December 8, 2023 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker’s Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised December 8, 2023 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised December 8, 2023 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full -time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised December 8, 2023 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or sa fety precautions. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 52 43 - 6 Agreement Page 6 of 6 fN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: John Crowley (Printed Name) Project Manager Title PO Box 1038 Address Kennedale, Texas 76060 City/State/Zip January 29, 2025 Date CITY OF FORT WORTH City off ort W 01th William M. Johnson Assistant City Manager Date Attest: Feb 19, 2025 r;,.� Jannette Goodall, City Secretary (Seal) M&C: 25-0026 Date: January 14, 2025 Form 1295: 2024-123607 Contract Compliance Manager: By signing, I acknowledge that 1 am the person responsible for the monitoring and administration of this contract, including ensuring all perfmmance and repo rting requirements. Preeti KC, P.E. Sr. Professional Engineer Approved as to Form and Legality: � Douglas Black (Feb 18, 202517:21 CST) Douglas W. Black Sr. Assistant C:ity Attorney APP ROY AL RECOMMENDED: ch� ttar«et:ristopherHarer(Febla, 2025 08:37 CST) ChJistopher Harder, P.E., Director, Water Department STA"lDARD CONSTRUCTIO:--J SPECIFICATION oocurvlENTS Revised December 8, 2023 Sanitary Sewer Rehabilitation, Contrnct 110 CPN 102783 I�OND NUMIiER: 46IiCS]C2952 � ?. 3 4 S 6 7 r src��zorr oo c:c �� '�X��� S'.�'A'1'� o�� '�i'L7�AS c�ov�v7�x or.�� ���.�i.taAr�l� PI;.I.tFOR.MAN(,E's BUN U ou�,� �3-i PIIRI�ORMr1NCL 130NU Pn�c 1 of 2 § § ICTVOW ALL 13Y 'I'IlLSC l.'R.�Sa!;N'1.'S: § R 'fhnt we Gra-Tex Utilities, Inc. � , ___ _ lct�ow�t �ts 9 "PflllCl�)fl�" iiereiu nncl Hartford Fire Insurance Conipany _ ��� eor��ot'a,te 10 snrety(surui�iss, il.'i���re ll�nu oue) duly attthoa'ic�d to do business it� t11e StaCe of'['exas, Icnowu �s 1 I "Surety" hereiu (wvhctl�er one or more), ar� hcld �nc( Iirmly botrncl trnto tl�e Gity o•1':Cort Worth, a 12 municipnl cor��ora�iou ei�ated put'siittr�l te7 the laws of'�'exfts, tcnown. �s "City" herein, in the penal 13 su►x� of, ,Seve�i 1Vlilliou Ei�{at ZIui�drecd I�ourtee�a '�housiind Oiae �Iw�.dAoc) Sixl;v-Six and 00/100 ]n Dollars f�7.II14,16G.00�, Inwfi►) monay ot�tl�e CJnited St�tes, to be paid in k�orC Woi�tl�, Tai•rnnt I5 County, 'I'exas tor tho p�,yiue�at ot'whicl� sucn 4velE �iucl Cruly to be made, wo Uiul1 otu�selves, oua� 16 Itcics, oxecul:ors, <<daninislrators, succossc�rs and EiSsi���s, joi»tly and seti�c�rf�lly, �rinly by tf�ose �7 presei�ts, 13 `V.[•TT,���A.�i, tha I'rinci}�al has eutered ii�lo fi certaiu Gvriften eon [ract wit.li i:l�e Ci�y awurded 19 �(1� _ 14th ��t�y o� anuar � _ �?.0 ZS ,�vl�ich Co�il►•s�cC as l�ereby re�'erred to and made x pai•t 20 herLo'I' Fpl';LII �)lIl'�)O5�S HS 1�'1UIIj� ��t li�rll� i�cr�;iu, I'O'�'UCLLSII il�I I11flIOfIt1IS� C(11.tJ(Jlll(:11I. IilI70f tiI1CI Ul�lf:l� 21 accessor[e,s defuied by I�tv, iu tfie prosaculion oi' th� Woi•lc, iiicludin6 r�rry Cltan�e Ocdcrs, as 2?, pt�c�videcl 1�:or iii s�id ConU•aet desi�;n�l:ed as Sa�t�lary Sewer izeltc�brlitallon Corrtr�ael I.10, C,'ily 23 f'rnjeat Nuu�Lc�r 70'l'783. 7.4 iv0'VV,'1"IYI;Yt�I�'ORI;, llie conditiori oF 11iis obligation is sucb lf�ai if'the sEtid �'riizcipal 7.S sl�all faiChfully p�i'POl'lll ll OI)�Ib�i1:tO11S llll(Ic:l' fI1C: COIl[I'NC1; <wd sf�all iu �,ll respect:� duly flnd �ai.thfully --2f> l�er.t'�r-tn- tho-W�elc,--ineli�dii�� C�hs�ngo—nrelc�t�s,-i�tulc�r—th� -6;�nl:ract;—accc�rc�it��—t�—th�-��In�as; 7.7 speciiic�itiotis, �ric� contracC �lucunients clx;r�in rc�fure�d to, and as well during atiy peciod of 7.8 extcr�siori of lhU Conit�act �(iat mHy b� graritc�cl on llu; p�rt of the City, t1�c�t� tl�i, obligatio�� shEill b� 29 at�d become null and voi�, othe;rwisu to r�iriai�i iii full for�ce Fmd efEect, 3U I'R(1V.f1)'��;�� rrru'�'.�rCrt, Nia� if any l��al action b� fil�d or� l:his I3ond, v�nue slo.t.ill 1"te in 1 I 7 rlrr�nt Cnunty, 'I'exsan c►r tho United Statc;s Uist��ict Cot�rl Por thc No�tkiern llislricl oi'Tex.as, J?ot•t 31. �Voyth 17ivision, ; � � � f 1 � � I I crry or• rruu'r woii•t�l� SsniCary Sawc►• Reliabilit��tio��, Contr�ct 1 10 s`rn��lun[t1� CUtJs�ritUC�rtUr� si�iic�rl�A�r[c7N uuCUMI:N'rs CPN 102783 RcViscJ Dccu:iUcrR.'I.0'1.:1 0(1 Ci I 1;l � 2 PF33Zi�UItIviAI�1CC 110ND PnNc 7, of 2 1 Tltis b�iui is uifielc� �intJ exuc:utc�cl in cotnpl;ance w1C[i the provi>it�ns uf Chn��tt�l' ?.253 of tllo 2 't'e�as Gnvernnto�ll C��dc, ��s aule�idc;d, t�i��r] Eill Iiabilii.ie5 oi� ll�iis b�mcl s1���11 I�c cletori��inod i�� :� Eiccurduiice �r�itl► Chc� �>ro�ision, of �;�di;l st�il:uc;, �} �N�'V['.TNL',''i,5 W'FI];TZI�;Or, I:I�e Princ;i��a� tiiu) ilir, Suref,y E�avc; �]<rNLsD ru�cl �1?ALh'l:) lh�s S lll,5i.r�.ui7eut by du�y ��t�fk�o��iTed a�olits find of'fice.�•s o�i this ihe �2ncl ditY �.��._ 1<�nua��-,--- -- G ..�—_, 2�_�?_. 7 � 9 ��� �� �z 13 l4 15 I C, 17 1S I� 2 () 2. l ?3 i`1 :'.5 0 ,,�� 2 ii L'1 3b �l. 32 :ii i� 3S 36 �! 18 :►u �! 0 n� %17. 4:1 A'I"I'I�S,S'I': � /llll .� lG��l.-_ -i•incipu�) Secrel<t�•y � Pl�]N(�II':\L: C;ra-T�x LJtilitics, Inr, � 1�� P/�t' � . �t'- - Watn.c;ss �;� ta l'rir .i�� 1 ' :>. ! ; ,�. ; , ' �,�f � � _ C,f! ,l' -- / ,i �, �'Vil} u�s as tu� t'�;ly . � ��:�1/( S� 1Za��,ba+,ww �,���,�h����� ��1. Sheldoi� Rc�senbaum �/ ic�� �'residcul _- — — Narr�e �nd'1'ifle Ac(tlress: l'.c). I,c,� IU;�? I�Ci�i�����t(c,�TX 7<OfiO �5l)KE;'l�Y: .I I,�rlluril l�ii.��;l�t��ur, ni�� (;c�tn�,an� . . �;r__-_i� _......___'.. ; � r , •ll,� 3Y: !�. � `- - _......,._ _ �L;nulurc 1',r,�.il�•�� 13�,,ir�l r�t<<,ri�����-(ii I-'at� _ ___ � -- .... Nnin�; f�ncl'l'it'c Ntil'[tl(';A �I�\ Insurancc Sr�rvic��, I.L�_: Acl�.h�e;�s: �(1(1 1\' �`ll� tilr��rl. Suiir I tillU ]�ur( G'V��rlli,�l'X (illl� — - . "I'clr,phonc Nuinbcr. � l7 261 1 11)1 J?inziil :1ddYcsv: lira�llr}'. lsu;ir�it�' W� l) It I(;:\.cum '�'�NoC'�+; f�Fsi�;ned hy �u�_ oFficcr of tfic S��rely (;o�it��f�n,y, tt�ero u�1�st h� ��n tif�; � ccct.ii�ied cxtrt�a�P� fi�o�n tlic hy��lri�vs slic��,vin� �h�if, tl�is pursoli lias aulliority I:;� tii�;ri st�cl� obli�;<it�oal, lE' Sui�t;i}�''; (�lly�oic;,i.l adcirc;ss is dil�kiu'cu( ki�nni it,� nt��ilin� ;�d�fresS, bulh ruu�;L Iu; ��rovi<lcc1, `l'he il��le af'tl�u bc�uil sl�rill iu>l br ��rior lc� llie cl��(.0 Che Cr.�ntt•aol is <itir�acel�.cL � � ! I � � CC�'Y�>rrc�itr aVou7'Et S�t�ita.i�y Sewet� R.eh��bi.lit�itiu>>, (":��r�(c<�c� lli) STArl1.�AIiUCOr!S'I'ItUCTti)NSPL+C'll�f(':A'C(Vi�II)O(rii�ICN7'S CP[1 �{1J�7H3 l2evi.�ed 1)ecemhci 3, ?.023 POWER OF ATT�RNEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 Bond.ClaimsCa�thehartford.com call. 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: 1NSUR1C1� DF1� INSURANCE SVCS LLC Agency Code: 4� -51�48� � Hartford Fire Insurance Company, �� corporation dul}� urg�nir.cd undcr tl�c I�i��s uFthc St�lc ol'Counecticut � Hartford Casualty Insurance Company, a corpora�ion dul� organized under thc la��s of the titate oF [nelian� � Hartford Accident and Indemnity Company, a corporation duly orgauized undcr thc la�vs ofth� Stntc of Connecticut � Hartford Underwriters Insurance Company, a corpuration dul� organir.rd uudcr th� I���vs ofthc S�aie otCuuuecticu� � Twin Clty FII'e Insurance Company, a corpuration duly organized undu� the la��s ofthe Stat� uf Indiann � Hartford Insurance Company of Illinois, a corpor,ition duly urganircd under the laws ofthc Siatc ol'lllinoi, � Hartford Insurance Company of the Midwest, a crn�poration �uly org�nized under thd la���s oCthe Stetc of InJiana � Hartford Insurance Company of the Southeast, � coiporation duly or�ani�r_ed under tlie la���s uf ihc Statc of Plorid� having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up fo the amount of Unl imi ted : Bradley Board, Jim H. Barr, Daniel E. Dacy III, Tracie Garner, Chris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �truy�� y"stwrrr „ r ��.��t , Nl:fr e� ca�`, .�iau�y'a � �+, , !�� I`Y'- e : '�,..��ti':�'b a �, ;,�.�.�„�,;, : ; �o a r � �,►�w.� - _ fff,�.,04,,0; < � � ,.� $ �~ _ a,A� F L} � 8 ^;`i,Aez`` : r�el���.� ►:,t lBTo F ��l�r� ° 19T9 � .' 4 , S � 4� � • ' �sr.i,c�9�ti� •�'w•. �I�'. d'� � • �. ��U�o�� '4on�✓ .?�''. .' — 1' +�rW �, � � a�����. ��� �� Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA S5. Lake Mary COUNTY OF SEMINOLE On this 20th day of MaK 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. . h�; �,�,��g ' . . 'f•'�`Cc� '. TIF pP . , QI (l. 1 �� J��CICB i,�ll'CUIIe �4p Cc�mmission lil I 1227_80 G.epires Iunc?0.2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of������lay of January, 2025.. . Signed and sealed in Lal<e Mary, Florida. 1ViaW J'W� �� �k �Ji�s , st ta�; _/�,►�"rr� �'° ,r.� � , ' • � r ' •" �,o. � � .. •r � � � : `� o�; ��„� ��,', 9 .;«„�„�;;� ; •var ,�w.� _ .`°��•,��o; ,�,,,�. y � � � �, � �''�. . � , �5s����'" ��uuw► � 3:;1, 1976 =� 9 l07/= ///c 1979 ��' i � " #, � � ; ♦ '..... 4� �� J , c '�1 • ' �'��..��.:�+�% �� `�o..no `�` r'�ia �. r�'� • } �"'o,:� �u�o�� ���ru�• 1;r.n�,• . _., �.r... / �'i�j ��(�/�� �Q, i �;• Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, ri�hts, or comptaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax; (512) 490-1007 Web: www, tdi, texas. gov E-mail: ConsumerProtection@tdi. texas. aov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is f�r information only and does not become a part or condition of the attached document. ./nc4z�s-1 � 2 3 h 5 �i I30ND NUMI3GR: 46I3C5JC2952 TIIT; �TATIi; Ql�'J'I�;XAS C`OUNT'Y Ol�"1`AI.tRA�NT uoCi ln-i I'AYMEN'1' klONO Pnge 1 of 2 s�c�.�ro�v o� r�. �a t�A �'M [?NT 13c�tvra § � KiY()W ALL I3Y �[�I1�S� PRI�;S�NT�: § .� Cra-Tex Utilities, Inc. 8 'Chat we, - -- -- ---- � Iutc�wA� t�s 9 "I'rittoi4��l" horoin, ��ucJ �Hartlord Fire Insura�Ice Cc�inpany -- - - --V -- —' a 10 eo�•poa�E►te surety (suretic;�), duly uutl.ut�izucl tci cl� Lusit�ess i�i tlie S(t�te ol�"teaas, lcaowta �s "Sin�ety" I 1 I�c:rci�� (whellict• oue or ►uoro), tire I�ekl �ud �nnly bonr►d unto tlie C�ty �rt�ort W�rtl�, � municipal l'). cot•poraCio» creFited ��w•snant to tha laws of the Slace af'Tex��s, latown as "(;ity" lierein, ui tlie t�erial 13 sum of.' Sevet� Ivlillioii �i��I�t I:iundred I'u�u•leen Thoi�sa►ul Une fIundi•ed Si;civ-Six niYci �0/lU0 14 J)ollars (�7,81�t,1G6.00), I�,wfi�l inoney of the Uuited Statcs, to be psaid in X�orC Worfh, 'I'ai�r�uit I S C:ount,y, 'l.'eras, 1'oz� the p�ry�tent oFwhicl� sturi well and tnily be madc, we biud oui•selves, �ur hei�;s, 16 execulars, adminislrrrto�;s, 3l1CCC5901'S iil]CI t1S51(�Ufi� jointly and severatlly, firi}ily by these ��resa:ts; 17 '���FlT12i��A�+, I'�•incip��( ha5 cularecl n�l�o a ce��tain writton Conl�•nct with City, awacdcd tlic 14th 18 .,...f4_ day of _�anllar)' ----_ ._ u__ � 20, 25 , lYlliC�t C011ll't1Cti I,� I�ereUy reFerred to fuicimt�de 19 ,� parr. l�c:reoi.' [�or ��fl pueposes nv if fully set fc�t•ili herc�in, to fin•nisl� all nriieriels, ecjuipi2teni, labor 20 Gnd oi�lie►� t�ccessorics �s dcfirieci by I�.w, in tiie pcosecutiou o�f tlie �Vork as provicir;cl fe�r in sFtid 21 C;an�cacl: end clesigu�fed as Su�titaf�vuSr:wer R��/raGi/itatiora G`orilract 11 U, C'ity 1'rr�jn.ct Ntr�rlGer ?2 1p27u3, 2:� N�UW, '.C.tJI;Ri�;1�013.a!,, THI; CONI)l'1'ION OP T�IIS O.}3LICrA1'ION is sucli tl�Ht if 2�1 I'riuci���l slu�ll p��y �all nu�nies owiug Eo ��try (an�1 ull) p�►yiticnt bo�id bcr►eficiaty (as cleiiiicd ii� 2S Chlpler 2,25) of Ihc� "Cex<<s Covernmeni C:ode, t�s n�uotacied} in Clie prosectt(iotx o#� tl�e Worlc uttcic��� 2G �Il(: C�OIl(:Pt1Cf, then this obligalion shall C�c: �nd l�ecoiue n��11 t�nd void; ot(�erwi5e to remtiin in fiill 7.7 tor�o �nd el�fecl. 23 29 31 3f '1'liis bund is inftcle tiud c:x�cuted ii.l coa�pliai�ce witlt lhe pa'o��isii�us oPCl�apt�r 22,53 of the ".lbxt�s Cioveriunciit Code, �s ainc;udod, and till li�bilitios ou tkus bond shall bo det�enninerl in ;icc:ordaiico witl� t1�c provisions ol'sf�id slatiite, i � � C11'Y ON C'Ol�'1' WQlt'!'I-I S�uiGrcy Setvoc RcliHbllitatic�n, Cmii�'aci 110 S'I'ANDARD t:ONS'CRUC'1'�UN SPIiCIFTCA'1'ION UOCUMLi�'I.'S Cl''N 102783 Rcvisctl De;cember 8, 7.01.3 ao �i �� - z C'A Y1vi� NT L�UNb Page 2 c�I�?. � IN WI'IfiiLSS WI�;RrnT, the T�riucipxl aixd Sucety I�r�ve ea�;h SI�'_�;FD and SrAi,ZD 2 tl�is u�stxlimevt by duly autli�rizod a�;etits F�nd offic�rs o�a iliis tl�e _.22i�c�. . cla�� 01 ,� Januai�� 20 �S ��..._--- - --- •' --� 4 .-1TTFST: //�%--C�,���� .- --- - . ([�3icipal) Sec_r�ttt�y � ----�p�--� �t�/it.nc;ss 1S 10 I�1'lll� ��t�.l C_ ���-t��.���;� �� r J i ; j� � �%� � �,-i���� ---- (��`ur�t}�) .Se�;relt�l'Y 1 , ,� , <<' %'. � :� i• /t� ��ri1.21(%�5fl51U'Slll'Cly--.. . _ S fi 7 8 9 10 zf.ru�czz�ni,: Gra-Te� Utilitics, Inc. �Y:�._Sl���a���� S ign lture ��I. Sheldon Rosenbaum ��'ice President _ __ Name and "1'iile flcldr�ss: P.O.I�ox 1038____..__.� . l�ennc:dale, '1'.l' 76060 SUIc�;TY: Harlf�r�_rci t=ir�-�r�aurau�e.�;c�iu�it�— r Li '!. _ . , � C G /�J -- - -. ,J '�=.- --_._.. -- . . 4iLu�ilur� 13;•a�lle}• Board �Att�>rne�� Iu Ptct _ Nam�; and T�tle "l'elepli��ne �Iiu�ibc�:l7-261_ l I(11 I;at�ail Acldreti�: 1,rac1,F3oar�l�f'IN.SI!RIC'.�.c��m Addre.�s: INSC.`KICA 'I'X Insurance Services, LLC --'��Q �V. "Itll �trtel, Suil��_1�00 .! c>rt. �L�s�r_1}.l.S.��'f; l ll � �J'do[e: 1i'sigu��l {�y a� offcer «CtI�F� Su.t•ety, ��[ierF r��ost bc on 6fe a ccrti�ed exlract f�rom tt�e bylmvs slaowinh that tllis p.rson has autfiority Co si�v sucli oblig�rtion. T�Su��cty's physic:G�l �dclress i:; cliffecctll: f��om ils rnail'uig xil�lress, h��tf; vti.ist he �rovidcd, '1'��e dtzle o�f tkie i�orid yht�ll ri�>f: be prior to �he d��te f�he Cotitr�.ci i;� awarde�i, m ]�iVD O'�' SL,C'I'ION I "1. CTl"Y OF FO1Z7' WOIt'C�! Sauilnr;� 5e�ver �Rel�tib�litAtla;i, CotttrsicY f 10 S'I'ANI>Aftl? C�UiVS'I'ItITC`C10i�t 51'ECiPi(;A'I'f()1�( DO(;f1Nff±N'fS CI'N 102.'133 Revise�} llecx,mbCr 8, 2J13 I i POWER OF ATTOI�:NEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 One Hartford Plaza Hartford, Connecticut 06155 Bond.Claimsfc�thehartford.com call: 888-266-3488 or `ax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA DFB INSUR:I.UCE SVCS Li.0 Agency Code: 4 �- 51�482 � Hartford Fire Insurance Company, � corporation �ul� ureanized u»dcr the 11��; uf thc S�acc of Counccticu� � Hartford Casualty Insurance Company, a corporation dul� oraanized under the la��s of the St�te oFlndiana � Hartford Aeeident and Indemnity Company a corporation duh oraauizzd undzr d�e la�� � of the Stat� oFConnec�icui � Hartford Underwriters Insurance Company; a corpuration dul� or��,iized uuder �hz la��s of the S�at: ui Couuecticui � Twin City Fire Insurance Company, a corpuration duh organized under the la��s ui tl�e State of (ndi�u�.i � Hartford Insurance Company of Illinois a co��oration dul� oreanized under rh� la«s of the Stat� of Illiuoi� � Hartford Insurance Company of the Midwest, a corporation �ulv orsanized under die la��s ot thz Stat� of [nJiana � Hartford Insurance Company of the Southeast, a corporltion duly orsanized under t(�z la��s uf thz State of I�lorida having their home o�ce in Hartford, Connecticut, (hereinafter collectively referred to as the `Companies") do hereby make, constiiute and appoint, up fo fhe amount of Unl im•_ted : Bradley Board, Jim H. Barr, Dani21 F. Dacy �II, Tracie Garner, Chris Ho�t, Paula C. Jones of FORT aORTH, Texas tneir irue and lawful Attomey(s)-in-Fact, each in their separate vapacity if more than one is named above, to sign its name as sureiy(ies) only as defineated above by �, and to execute, seal and acknowledge any and all bonds. undertakings: contracts and other wriiten instrum�nts in the nature fhereof; on behalf of the Companies in their businass of guaranteeing the fdelity of persons, guaranteeing the performance oi contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a R�solution of the Board of Dfrectors of the Companies on fvlay 23, 2016 the Companies have caused these presents !o be signed by its Assistant Vice Pr�sident and its corporate seals to oe nereto affixed, duly attested by its Assistant S2crztary. Furthzr, pursuant to Resolution of the Board of Direciors oi the Companies. the Companies hereby unambiguously a�rm ihat they are and �vill be bound by any mechanically applied signatures applied to this Power of Attorney. `����l�r ��re � µy � ���� :.:��ar�e�rr.t: _ k4dt ��� _ ��+`4�^.*.� s � �w, � �" _� ii97 :^ • �� � � S b;. ��� ,��<.�:,.,��„ h►i�• t�.,.tey7o o� 5;��9f�E g i9t4 • � s •��,n �r y�' '�+� '*•: � ` • � ':�y. �a�,,:� r, . �. . ,,'���� awu`�. �, � � a����.�. ��� �� Shelby 4�/iggins, Assistant Secretary Joelle L. LaPierre. Assistant Vice President STATE QF FIORIDA ss. Lake Mary COUN7Y OF SEMINOLF. On this 20th day of MaK 2021. befor2 me personally came Joelle LaPierre. to me known, who being by me duly sraom, did depose and say: that (s�he resides in Seminole County. State of �lorida; that (s)he is ihe Assistant Vice President of the Companies, the corporations described in and which axecuted the above instrument; that �s)he knows [he seais oi !h2 said corporatiens; that the seals affixed to the said instrumeni are such corporate seals; that tney �riere so affixed 'oy authority of the Boards of Dir2ctors of said corporations and that (s)he signed his/h2r name thereto by like authority. �.�' `;r�d -. , '� `�' � , IG�$lCd i,l�l'illl2 � .� fi�t- .y%,- , 4� Fi.�` \4� Commu;�onHH L'?2S0 � , , , Cspirz; Iune '_0, �li�: I. the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a truz and correct cooy of the Power of Attomey ex�cuted by said Companies, whicn is still in full force effective as of'?���Ciay of January, 2025.. Signed and sealed in Lake PAary: Fiorida. � �'� . j1L1 ��111 T ��. � w�l � H�� � . �`„� �y�r .'' ftr �►; � �S o� • : _,s<..��,{,;� � tip�r o � . � .�°'�� ?, 'i� � � ;A�` � • 1�67 . + �_ ! � R ��� � }`ti,i..��<a.f` � /�r��' :�:,y f�70 : %y,2�7v } �'2 24t9 �� r ;+ ♦ � `srtw�=y-'{�,' �h'"'s' �� a'. s►�� � • ,}��.'�tt��on�� 'rMu�'8 ..�4 %� /�' / �!i�� �/ G/ )���� .� Keith D. Dozois. Assistant Vice Presideni IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Qepartment of Insurance to obtain information on companies, coverages, rights, 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) 490-1007 Web: www. tdi, texas.Qov E-mail: ConsumerProteciion@fdi. fexas. qov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a ctaim, you should contact the (agent) (company) (agent or the company) 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 atfiached document. ./7X4275-1 BOND NUIVIBI;R: 46BCSJC2952 1 2 3 �i S � 7 3 9 IO 11 12 1� 14 15 1G 17 IE 19 20 2, ] 22 23 J�F 25 26 �l��ir, sTA.Tr, �r ���LxAs CnT]N'.I'X Oi�' 't'AR�tA►.NT SL;C'['iON 00 b1 1� MAN'TBN�3�'C'L ]30N1� 00G119-1 M�INTENANCe 130N■ I'�ge I of � § § ir1V'O'�V ALL nY TiXl;sr .PRLSL;NTs: � Gra-Tex Utilties, Inc. Tlint we_^_.._....._._......_._______ , kn�wn ue "�'�•IA�cipal" lleraiti anc( _Hartf�rd Pire Insurance Company__ , a eorporale s�u•�[y (stu�elies, i�'ir�ore il��ui o�ze} duly a�ilhocizec) lo do busu��ss in tl�e State of Tex�s, ia�owii as "Su�•aty" lae►•eiu (�vhethec one or mc�re), �.i�o heic� �nd firtnly (�caiuid unlo flx; City of Foct Wo�•th, �i mtai�icip�il coz�poz�ation ereated pursua�►t lo the IE►ws cy'f die St�ie of Tcxas, larov�t� as "City" herein, iu the suiu af'Sevc�t Mitlion Ei�ht lIuiidred re�ur�een Tllousnrid One Htutdred Sixl,v�Sia: and OOJlUU Dollars (47,8��1•.IG6.00), lnwl.'ul mouoy oi'tl�e Llnite� 5tate:s, to he pwicl i�i Forl Wort}�, Tarrliit Counly, 'T'exas, fo�� payane►�t of wlucl� sum well �nd lruly bo made uuto t�e City and its successors, we bincl ow�aelve,, o�ir l�eirs, e:xec�itocs, f�dcziiuish��tocs, ,uccessoa:s ancl assigns, joinCly anc[ several�y, t.iz��nJ.y by Yl�ese �x�esents. W1.�1!;it.D!;A.,9, Ilae l.'ritici��al has eaileced i►�lu a cerl:aiy wrii.tcn coittract witlz tl�e Cily aw�rded t(te l�ltl� d�.y of _l�i�uary ,. _��..---- �,_, 24 25 , which. ConlrftcL is hrroby re�erreci lo <<nd � made p�rt hereof f'or all purposos as if fu11S� sot forLh herein, to f�u�nislz all j�ztttecials, equiproeaal labo�• aiid otl�er aucessocies ns deE'ine�l by law, iu lh� prodecution of tUe Wocic, 111C�11(Il[l�; auy Worl: resulCing front n �lul� aut[�orized rhange O�•der (colfc;ctively hr,rcin, the "W�.rlc") as proviclec( for iu stiicl coalract aud d4signated as tiS'CfilltQi�v �5'eive�� .Rel�abilrtafdnn Contrctct 110, City 1'r�oreo� Nnrreb�r .10278:;; utid 7_7 W�IT,I2LAS, 1'��iixcipal bii�ds Ats�lf Co usc sncl� �n��tic;cials r�nd lo so co��slrucC llae Work in __.__2�.___..�i�cc�rdanei wiCli the rl;�ns; specificativxrs �i7Td Contrrict]ll��cume'ntstb�rL-th�e-Waz�lc-is�i�rd will�e�rr�irr 7.9 free from deJ�ccls in �natez�ials or worlcmnnsl�ip 1�or and clurii��; CI�� period of iwo (2) yenz�x �'I:ec il�r; 30 dzta of �ins�l Acceptance o(' Che Wo�•lc by ihe C.ity ("Ma intenanc� Feriutl"); and 31 32, WT71�;R�U;AS, �'eii�ci��ftl bi�ads iCsell'to ��cpair ��a� recottsl'ruot tl�e Woa•Ic in w{�ole ot• in part upou 33 1'CL`�1Vltt�,' 1lUtl.CC; I'I'Ulll �'Il(: C;iry o1'ihe n�;ed I�ltc:rcfor fit ��ny �i►rae will�i>> tlte iVJfiinfenflince Pez�iod. 34 i i F i CI'CY QI� 1:�0[tT WUP:PkI Sunitiiry Sewer Itehnbilitndou, �ontrncl 1 LU S7'A'NDARU CONSTItUC'lT(�N SI'�?C1Pil'.A'CION I)OC[JMIiNTS CPN 10'L783 RCVtSC(� UCCCIIII)Cf E, ?.07.'t 1 2 3 4 5 G 7 s 9 10 1. ,l 12 13 14 15 1 C� 17 18 19 UUG119�� tvll'�:R�f'l'f.iJANCE }3bND Pngu 2 of 3 N(7'W T��TZr,�+O�, tl►e condii;iora crf'tliis obligrttic�n is sucl� thai i1 Priucip�,I sl��ll rejnedy flny clofective Work, foA• wlaiclz ti�nel.y x��tice was pA�ovided by C.'�ty, to �. cUa�apletion satislactory to the City, tlten i,l�is obligal;ion sh�a.11 bcooroe nnll Emd void; 01����x�wase to rcA�lnizi in fiull force ar,d ell'ecC, Z'ZtOVIll�D, t�IOWL;V�;12, if t'rinclpf.�l sii�11 f�il so to 3'epair or eeconsh�uet ntty tiinel� alotaa4d de'.Cecti�ve W'orlr, i� is agr�;�d Lli�t tlre C;iiy in�iy c�nse ari� atid �ill stacl� clEfectiva Wo]'lc to ba A�e�f�ix�ed ancl/oa� t�eao7�stcuctod rviih t�11 n�;soci�led e:osts ih�roof' beii�g bori�e 17y Che l'rinoi��al nttd the St��•efiy t�nder t��is Mainfc;ti��t�c:e bc�rid; :uic) p�2.OVII�I�A S+'UR'TF�1:, that if ai�y lciga{ acCion b�� fi�cd on tliis I�ond, rreuue sha711ie iu 'I'at•r�r�t (��unty, '1'e�as or the United States llistriet {;c�u�•t Foi• tlze Nat•t[ier�� llistriet ai"I'e�cAs, Fo��l Wortl� Uiv�isioz�; and PRO'�rTD�b �''C7RT�7�Zt, t1iaC tlais oblig7tioil .s'hall be coziti��uous in �a��tiire tu�d successive z�ecovea�ies n�iay l7e l�ad Iier�;ou i'or successive b�•eacl�es, L'I'�'Y' QP r0[tT 4VOlt'Ifi Snnitnry Sev�er Rolittbi(iCnci�n�, Caaieract 110 S'1'ANDA'I:I> CUNS`IRUC'1'lUN SPfCTFJCFL'l'ION 1�OCTJMl3N`f S CI'N 102'i8:� 12cvised l)ccetnber 8, 2023 � � I i � Ot?(i119-J �fA[N'I'G�NANG� isONll, Pai;e 3 oP.3 2 3 T1V ti1'Y'CN�;.��5 �W1TEli.T�:�T+, I��e X's�incipal nt�d �he 5uroty have ench SYrN�D ��nd S�;AI,�D 1:his inst�Yweiit by dtil�� autho��ized nge�is ��zci of.EAGexs o.� tZais t�e _??nd —_ �1ay o£.-______ _ . Januai.y_ , 20 2�i , �ti S 6 7 R J 10 ll E1'I"1�i�S'1; I 7. /� 1`� __ ;� /�ll �-�� =-- _ l�i (Pr cipall Secrefary � 14 1� �! �� (9 p/G 2C Witne,ss as to Princ �jl 21 22 23 .��, 2S 26 ?� zs '-� 29 :'1"1`I'G�'1': 30 �/`� ,'/ st i� ' .' �f� - 32 �tti�)r�y��cUretary ------ - 33 ' , ' � L. �'j ' � ' / • 35 �,V1laess as iu Surety - --- -- -- 36 37 38 �'�I�oEe 3`1 —�if)-- -- 4t 42 PIZI�lC;ll'AL,: Gra-Tex tJtilities.Inc. �Y; '—..-�U!�i�l� � -- ��n�ihn �, Ivl. Sheldt�n Ro�enhaum l`ice Presdident — - - N;�inc aud Ti:le - fiC�dl'GSS: P�� �iOX ��)3$ 1�e11��I7C(�1r, rrx ��u6o SUR�TY: __Har.tti�cEl�r.e.I.us���,n��r� c'�,�„�su�� _ . +�'l�--��'��--� r �, : �___ .___� `�'�• n [ih IrC [; r.�Ecl f� ��� ��,a r�i _r\lt(�I"ney,-[n-FaC[ _ Nan�e and "['itle rldd�'ess; INSURICA -;(�trt�`%rt� S�ee�t,-��i�r T�f�" � Fiirt ���Torth, TX 7C��11)? � TeleE�hi�ne %lumbe.r: b 1?-2fi 1_ 1 101 _------ �inail A<lcir'e:;s: __.H_I:�.i�le� .1>�,;tll�l n� \T5.11K1CA.com 11'signed hy an officor of tl�e Surety Corizpa�i,y, t�iere: must be on (�ile fi cerlilit:c{ ex.(r2cl Ecou� thc by-l��vs s[t<»rifig th�t I:f�is }�e,i•so�i h�u a�ltliorit_y Co si�n sttcli obligalioii. [i S`urel.y'�.� physica�(-ail�l«.ti� �is �l�il'feret�t ,LronZ� i�s tnlilu�i� ���d�lress, �I,;�ft�-����1sC be� provi�led. ['he daT� of the b«i�d sh�l I nc�(: be pcior i:c� thc d<<tc N�c C'ont��ael is a�sva.rdcil. Cl`CY OI� E01'."l' �VOR'1'H Sunitni;v 5owu� Rchttbilitn4iot�, Cc>ulract 1 I l� S'I'Al�tt�ARD �NS'fRUCTIpI�z SF'EC`IPICA.9'lON 170C11VfI?N['S CPN 10'L7ft3 lZevis�c<f �)eccrnher R, 2023 POWER OF ATTO�:NEY Direct Inquiries/Claims to: THE HARTFORD BOND, T-11 One HartFord Plaza Hartford, Connecticut 06155 Bond.ClaimsCa�thehartford.com call. 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: ZNSURICA UFB INSURANCE SVCS LLC Agency Code: 4�-51�48� � Hartford Fire Insurance Company, a co,poration dul� urganircd undcr tl�c I���s ofthc Statc ot'Couuccticut � Hartford Casualty Insurance Company, a corporation duly organized under the la��s oFthe State of tndiana � HaYtford Aeeident and Indemnity Company. a coiporation duly organized under the la�cs of tlie State of Connecticut � Hartford Underwriters Insurance Company, a corpura�ion dul� organized uuder the la«s of �he State of Cunuecticui � Twin City Fire Insurance Company, a corporation dul� organized under che la��s ol th� �tate oF Indiana � Hartford Insuranee Company of Illinois, a corporation dul� or�anized und�r th� la��s ofthe State ot Illinois � Hal'tfol'd Insurance Company of the Midwest, a corporation �ul� orgai�ized under Uic la�vs of the State of Indiana � Hartford insurance Company of the Southeast, a cor��oration duly or�anired under the la�vs of the S�atc of l lorida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up fo the amount of Unl imited : Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Cnris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, underfakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant io Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and wiil be bound by any mechanically applied signatures applied to this Power of Attorney. �u�� j�eaaer a� y �,.us ,� M1YI � ta,,,4. ,�`�r�°�'� ��,, .. s, I,y�y.��.� ���tw�nn�:,� ' k9dr �" �� � � t�°u°°4i,+,: � �� '�' X '�tii.u�w%: � ��►�M►� ��4.1Y70 � ° r07o � l2 19T9 e._r_ i`�._,_ -�f � �"...... ,C �, �s � • �+a..,�.N`ti� '�n`'�� �Ia', ��` • �+r.,,�t��;s 4au�' �,.a�y. /,�,/ ✓l/ � , , � �����/L(/c�I <��� �%I �i'�" / ��� Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of MaK 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. = F�i'rlb(t, _ + �� �'!'y � •' : � � !ess�ca Ciccene •!FOf fU��`� Nf��Comini;;ionHH L�'?SO � � � � �xpim fun� _'0.'02� I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Cornpanies, whicf� is still in full force effective as o(-'?Il�'day of January, 2025.. Signed and sealed in Lal<e Mary, Florida, ,„� �tYN� I � `��f.iis,i`r 1eq+•4 .+��'A �MU� �� :ult�rie�rri � �O�i' �,/A�ry4i : : �n.xv0� ; o Mf ��` r `i il67 �� ��• �s�o $ 4 fl 9 ;��,�s� -. �•ti,.,��<wr .,��+► ro�e € io�°c� .r 1 '� , .;,._ -i*` �'••. c ',, , '4 I ao • ��3��Y� rA II'. r.�' � �'•,,,'rt� �w::�il• huu+' �'�. �/% \ �/ �/^� / �"!/� �� CN' Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, covera�es, rights, 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) 490-1007 Web: www, tdi, texas. �ov E-mail: ConsumerProtection@tdi. texas. aov PREMfUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (a�ent) (company) (agent or the company) first. If the dispute is nofi resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YDUR POLICY: This notice is for information only and does not become a parr or condition of the attached document. ./TX4275-1 .�� ? / 0 ex utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which il is attached effective on the inception daie of lhe policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsemenl, e(fective on 12/15/24 at 12:01 a.m, standard time, forms a part oC Policy no. 0001151650 of Texas Mutual Insurance Company effective on 12/15/24 Issued to: GRA-TEX UTILITIES INC NCG Carrier Code: 29939 1 of 1 This is not a bill PO Box 12058, Austin, TX 7£3711-2058 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 .QDI� �CJ� Authorized representative i zi� 2i2a WC420304B Policy Number: CLP3751991 � ��'�''= � • � «. ( '• ` �� �, .� .�,� ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "properry damage" occurring after: All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-4667 (01/11) Indudes Copyrighted Material of Insurance Services Office With Its Permission �li � �► �.�.�+��11 �\I �!� � ►.�`�• I�'� i�, r1 J � v �. � � i :'�.� - ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and acfvertising injur�!' caused, in whole or in part, by, Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury" "property damage" or "personal and advertising injur}1' arising out of the rendering of or the failure to render any professional services, including: The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or speafications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-4668 (01/11) Indudes Copyrighted Material of Insurance Services Office With Its Permission Policy Number: C;LP3751991 � � �'�`'� � • • t'�. ' • � • . v -. . � . �,p ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Dedarations and we �MII not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-4667 (01/11) Indudes Copyrighted Material of Insurance Services Office With Its Permission � � �'�`'� � • i !`�. ■ • � � ti �. � � � �.� ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injur�', "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This indudes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. B. With respect to the insurance afforded to these additional insureds, the following additional exdusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injur�' arising out of the rendering of or the failure to render any professional services, including: The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or speafications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-4668 (01/11) Indudes Copyrighted Material of Insurance Services Office With Its Permission P�LI�Yvu�I��R- CLP3751991 TF�S ENDORSEIV�VT CHANGES THE POLJCY. PLE�.SE READ IT CAI�EFULLY. EXTENDEll LIABILITY COVERAGE FORM This endorseme�t modifies insurance provided under the following: C«�.►ni � � = �► �: _ _ : �� ���►1�:�_C�'T��;:�i�il The following is an index of changes by title. Limitations or exdusions rr�y apply. Please read carefully. 1. Broad Form Named Insured 2. Bodily Injury Extension 3. Errployees As Insureds — Health Care Services 4. Nonowned Watercraft Liabiliry 5. Liberalization 6. Chartered Aircraft 7. Coverage Territory Broadened 8. Medical Payrrients Increased Lirruts 9. F�cpanded F�cpected or Intended Exception 10. Property Perils — Legal Liability 11. Broadened Supplementary Payrnents 12, Extended Notice of Car�cellation, Nonrenewal 13. Unintentional Failure To Disdose Hazards 14. Personal and Advertising Injury — Contractual Coverage 15. Nonemployment Discrimination 16. Broadened Conditions 17. Per Location General Aggregate Limits 18. Automatic Waiver of Subrogation 19. Automatic Additional Insured — Managers or Lessors of Premises 20. Automatic Additional Insured — Equipment Leases :-• � � •-, � � . -�� SEC fION II - WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 4. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more) orfor which you have assumed the active management, will qualify as a fV�med Insured if there is no other similar insurance available to that organization, However: a. Coverage under this provision is afforded only until the end of the policy period or the 12- month anniversary of the policy inception date, whichever is earlier; b. Coverage A doe.s not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; c. Coverage B does not apply to "personal and advertising injury" arising out of an offense o�rrrrrtted before you aoquired or fom�ed the organization. 2. BODILYINJURYEXTETISION SEC110N V- DEFlMIONS , Paragraph 3, is deleted and replaced by the following: 3. "Bodily injur�!' means bodily injury, sickness or disease sustained by a person, induding mental anguish or death resulting from any of these, at any time. Mental anguish rr�eans any type of mental or emotional illness or disease. GL-4526 (10/19) Page 1 of 7 3. EM�I_OYEES /�,S INSURFDS - HEALTH CARE SERVICES SECTION II - WFIO IS AN INSURED , Item 2.a(1xc� is deleted. 4. f�l(�IOWNm WATERC�,4Ff LJABILJTY SECTION I- COVEFiAGES, COVERAGE � 2. DCCLUSIONS , Item g.(2) is replaced with: (2) A watercraft you do not o�nm that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or properry for a charge. 5. LJBERALIZAl10N SEC110N N- OONDffIOfVS , is amended to include: 10. Liberalization If we adopt a change in our forms or rules which v�rould broaden the coverage of this policy without an additional prerr�um charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. . f. e :�� :, . e :�,�: � �� SEC110N I- OOVERAGES , Coverage A, Exclusions , Item 2g.(6) is added: (6) An aircraft in which you have no ownership interest and that you have chartered with crew. 7. COVERAGE TERRITORY BROADENm SEG"IION V- DEFIMIONS , Item 4.a is replaoed with: a The United States of America (induding its territories and possessions), Canada, Berm�.�da, the Bahamas, the Cayman Islands, British Urgin Islands arid Puerto Rico, 8. NEDICAL PAYNETffS - INCREA.SED LJMTS Unless COVERAGE C. - NEDICAL PAYNFMS is excluded from this policy: SEC110N I- COVERAGES , Coverage C, Insuring Agreernet�t , Item c. is added: c. The medical e�ense limit provided by this policy shall be the greater of: (1) $10,000; or (2) The amount shown in the Declarations. 9. D(PANDED, DQ'ECTED or I�lTENDED DCCEPTION SEC110N I- COVERAGES , 2. Exdusions Item a is amended as follows: a. E�q�ected or Iriter�ded Injury -"bodily injury" or "property damage" expected or intended from the standpant of the insured. This exdusion does not apply to "bodily injury" or "property d�ge" resulting from the use of reasonable force to protect persons or property. GL-4526 (10/ 19) Page 2 of 7 10. �oP�nr �w�s � ua�u�r�r If coverage for Damage to Premises Rented To You of COVERAGE A BODILY INJURY AND PROPERTY DAMAC� LIABILITY (SEC110N I—COVERAGES) is not excluded, the following amendment is applicable: SEC110N I— COVERAGES A, 2 F�cclusions , the last paragraph is replaced with: Exclusions c. through n. do not apply to damage caused by fire, e�losion, smoke, water damage, sprin4der leakage, or lightning to prerrises while rented to you or ten�orally occupied by you with the permission of the o�nmer. A separate limit of insurance applies to this coverage as described in SEC110N III — LINITS OF INSURAf�10E . 2. This insuranoe does not apply to damage to premises while rented to you, or temporarily occupied by you with permission of the owner, caused by: a Rupture, bursting, or operation of pressure relief devices; b. Rupture or bursting due to expansion or swelling of the contents of any building or structure, caused by or resulting from water; c. Explasion of steam boilers, steam pipes, steam engines or steam turbines LIMT'S OF INSl1RANCE— SEC110N III Part 6. is deleted and replaced by the following: Subject to Paragraph 5. above, the Darriage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "properry damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, smoke, v�tter darr�age, sprinkler leakage, or lightning while rented to you or temporarily occupied by you with perrnission of the owner. The �ge To Premises Rented To You Limit will apply to all damage proximately caused by the sarr�e "oocurrence" whether such damage resuits from fire, e�losion, srrbke, water darriage, sprinkler leakage, or lightning or any combination of these. The �ge To Prerr�ses Rer�ed To You limit provided by this policy shall be the greater of: 1. $300,000 or 2 The arr�ount shown in the Declarations. SECTION V- DEFIMIONS— Insured Contract part a. is amended as follows: a A contract for a lease of premises. How,�ver, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, e�losion, srnoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily oa;upied by you with permission of the owner is not an "insured contracY ; 11. BROADE(�ED SUPF�LENENTARY PAYNENTS SEC'iION I- COVERAGES, SUPPLENENf'�4RY PAYIVEIVTS - Coverages A and B, Items 1.b. and 1.d. are replaced with: 1.b. The cost of bail bonds required because of acadents or traffic law violations arising out of the use of any vehide to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the daim or "suit," induding actual loss of earnings up to $500 a day because of time off from v�rk. GL-4526 (10/19) Page 3 of 7 12. IXTEIVDED NOTICE OF CANCELLATION, NONRENEWAL Item A2b. of the COIUIVION POLJCY CONDITIONS , is deleted and replaced with the following; A2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. Item 9. of SEC110N IV - COMVERCIAL GENERAL LJABILRY CONDITIONS , is deleted and replaced with the following: 9. VIA-IE7V WE DO NOT RENEVI/ a If we choose to nonrenew this policy, we will mail or deliver to the first Narned Insured shown in the Declarations written notice of the nonrenevual not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a above, it is agreecl that you may extend the period of this policy for a ma�dmum additional sixty (60) days from its scheduled e�iration date. Where not otherwise prohibited by law, the ewsting terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty-day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a. above, 13. UNNTENTIONAL FAILURE TO DISCL06E HAZARD6 Although v� relied on your representations as to existing and past hazards, if unintentionally you should fail to disclase all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 14. PERSONAL AND ADVER'11S1NG INJURY - CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I, COVERAGE B is deleted. 15. NONEM�I_OYNENT DISCPoMNATION Unless "personal and advertising injury" is excludeed from this policy: Item 14. of SECTION V- DF�INffIONS , is amended to include: "Personal and advertising injury" also means embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, loss of earning capaciiy or monetary loss, which is caused by "discnmination." SECTION V- DEFlNTIONS , is amended to include: 23. "Discrimination" mear�s the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2. F�cclusions of SECTION I, COVERAGE B, is amended to include: Personal and advertising injur�l' arising out of "discrimination" directly or indirectly related to the past employrrient, errployment or prospective employment of any person or dass of persons by anyinsured; Personal and advertising injur�' arising out of "discrimination" by or at your, your agents or your "employees" direction or with your, your agents or your "employees" {mowiedge or consent; Personal and advertising injury' arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sublease or prospective sale, rental, lease or sublease of any dv�lling, pem�anent lodging or premises by or at the direction of any insured; or Fnes, penaities, spedfic performance or injunctions levied or imposed by a governmental entiry, or governmental code, law, or statute because of "discrimination." GL-4526 (10/19) Page 4 of 7 1�:��?:1�7_1�3►i � r�.► �. 1 �.\►v Items 2a and 2b. of SECTION IV - COMVERqAL GE]VF�iAL LIABIIJN CONDIT10fVS, are deleted and replaced with the following: 2. Duties in the everit of an oa;urrence, daim or suit: a You must see to it that w� are notified of an "occurrence" or an offense which may resuit in a claim as soon as practicable after the "ooa.irrence" has been reported to you, one of your officers or an "employee" designated to give notice to us. Notice should include: (1) How, when and where the "occurrence" or offerise took place; (2) The narr�es and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against any insured, you must: (1) Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an "employee" designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice leams of the daims or "suit." Item 2e. is added to SECTION IV - COMVERqAL GEIVF�iAL LIABILITY OONDITIONS 2e. If you report an "occurrence" to your v�rkers compensation insurer which develops into a liability daim for which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the time of "ocairrer�ce" shall not be deemed in violation of paragraphs 2.a, 2.b., and 2c.. Hov�ver, you shall give written notice of this "occurrence" to us as soon you are made avVare of the fact that this "occurrence" may be a liability daim rather than a v�rkers ca�er�sation claim. 17. PER LOCATION GENERAL AGGREGATE LIMTS This modifies SEC'iION III - IJNfT'S OF IfVSIJRA(�10E . A For all sums which can be attributed only to operations at a single "location" for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I- OOVERAGE A, and for all medical exper�ses caused by acadents under SEC110N I- COVFJ3AGE C A separate Per Location Ger�eral Aggregate �mit applies to each "location," and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2 The Per Location General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A except darriages because of "bodily injur�l' or "property damage" induded in the "products-completed operations hazard," and for medical expenses under OOVEFiAGE C regardless of the number of: a. I nsureds; b. Claims rrr�de or "suits" brought; or c. Persons or organizations making daims or bringing "suits." GL-4526 (10/19) Page 5 of 7 3. Any payments made under COVF�i/�GE A for damages or under COVERl�GE C for medical e�enses shall reduce the Per Location General Aggregate Limit for that "location," Sud� payments shall not reduce the General Aggregate Limit shown in the Dedarations nor shall they reduce any other Per Location General Aggregate Limit for any other "location," 4. lY�e limits shown in the Dedarations for Each Qxurrence, Fre Damage arid Medical E�ense continue to apply. However, instead of being subject to the General Aggregate Lirrit shown in the Declarations, such limits will be subject to the applicable Per Location General Aggregate �mit, B. For all sums which cannot be attributed only to operations at a single "location" for which the insured becomes legally obligated to pay as damages caused by an "occurrence" urxler SEC110N I- COVERAGE A, and for all medical expenses caused by acadents under SECTION I - COVERAC� C : Any payments rr�de under COVER/�GE A for damages or under OOVERAGE C for medical expenses shall reduce the arr�ount available under the General Aggregate Lirrit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2 Such payments shall not reduce any Per Location General Aggregate Limit. C. When coverage for liability arising art of the "products-completed operations hazard" is provided, any payrr�ents for damages because of "bodily injur�' or "property damage" induded in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Per Location General Aggregate Limit. �a E For the purpases of this endorserr�ent, the Definitions Section is amended by the addition of the following definition: "Location" means premises involving the same or connecting lots, or prerrtises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. The provisions of SECTION III - IJMTS OF INSURAfVCE not otherwise modified by this endorsement shall continue to apply as stipulated. 18. AUTOMAl1C WAlVER OF SUBROCa,4TI0N Item 8. of SEC110N IV - COMVERC�AL GENERAL LIABiLlTY CONDITIONS , is deleted and replaced with the following: 8. Transfer of FPoghts of Recovery Against Others to Us and Blanket Waiver of Subrogation . a If the insured has rights to recover all or part of any payment v� have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At a.ir request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we vuaive any right of recovery we may have against any persan or organization because of payrr�ents we make for injury or damage arising out of "your v�rk" for that person or organization. 19. AUfOMAl1C ADDITIONAI_ INSIJRED — MANAGERS OR LESSORS OF PREMSES SECTION II — WHO IS AN INSURED is arr�ended to indude as an additional insured any person or organization with wt�om you agree in a written contract or written agreement prior to any loss that such person(s) or organization(s) be added as an additional insured, shown in the Schedule but only with respect to liability arising out of the owmership, maintenance or use of that part of the any premises leased to you, subject to the following additional exclusions: GL-4526 (10/19) Page 6 of 7 This insurance does not apply to: Any "oocurrence" which takes place after you cease to be a tenant in that prerrises. 2. Structural �Iteratior�s, new construction or demolition operations performed by or on behalf of the person or organization. 3. Any premises specifically excluded. 4. Any liability arising out of the sole negligence of the additional insured. Tl�e Lirrits of Insurance applic,�ble are the rrinimum lirrits specified in the written contract or agreement requiring the coverage, or as stated in SEC110N III — LINffS OF INSURAfVCE of the CONNERqAL GE�EFi�L LIABILITY COVERAGE FORM, whichever is less. ll�ese limits are indusive of and not in addition to the Limits of Insurance described in SECTION III of that form. The insurance provided to the additional insured will be excess over any other valid and collectable insurance available to the additional insured unless the written contract or written agreement requires this insurance to be primary or noncontributory. 20. AUTOMAl1C ADDI110NAL INSURm - EQUIPIIIIEN'i' LFASES SECTION II -1Mi0 IS AN INSURED is amended to indude any person or organization with whom you agree in a written equiprrient lease or rental agreement to name as an additional insured with respect to liability arising out of the maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exdusions. The insurance provided to the additional insured does not apply to: "Bodily injury" or "property damage" oa;urring after you cease leasing the equipment. 2 "Bodily injury" or "property damage" arising out of the sole negiigence of the additional insured. 3. "Pr"opertY damage" to: a Property o�nmed, used or oocupied by or rented to the additional insured; or b. Properry in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical contrd. The Limits of Insurance applicable under this endorserrient are the rrinimum limits speafied in the written contract or agreement requiring the coverage, or as stated in SECiION III — LIMTS OF INSl1RANCE of the CONIUEJ�CIAL GENERAL LIABILITY C;OVFI�AC� FORM, whichever is less. These limits are inclusive of and not in addition to the Limits of Insurance described in SEC110N III of that form. The insurance provided to the additional insured will be excess over any other valid and colledable insurance available to the additional insured unless the written equipment lease or rental agreement requires this ir�surance to be primary or noncontributory. GL-4526 (10/19) Page 7 of 7 CI,P3751991 POLICY NUMBER: CONNERCIAL GEIVERAI. LJABILITY CG 02 0512 04 11-IS ENDOF3SEIV��fi' CHANGES THE POLJCY. PLEA.SE READ IT CAREFULLY. 1�XAS CHANGES - ANENDIVENT OF CANCELLAl10N PROVISIONS OR OOVERAGE CHANGE -fYiis er�dorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART� 01M�1ERS AND CONTRACTORS PROTECTIVE LIABIL1lY COVERAGE PART POLI_UTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS�COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILIIY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of car�cellation or material change to: -`-� � -- 1. fVame: Any person or organization as evidenced by a certificate of insur�nce issued on the company's behalf by its licensed agent. 2 Address: 3. Number of s advance notice: 30 Information r uired to co ete this Schedule, if not shown above, will be shown in the Dedarations. CG 02 0512 04 O ISO Properties, Inc., 2003 Page 1 of 1 Policy Number: CAP3751992 MANUSCRIPT ENDORSEMENT MANUSCRIPT LI�DORSEMEI�IT Ii�1 CONSIDERATION OE POLICY PREMIUN] CHARGED IT IS AGREED THA� �'A 7098 FS Ai�ET1DED TO INCLUDE THE FOLLOWII�IG: THE COUERAGE PROUIDED HEREIN [�'IZZ BE PRTMARY O�IER AI�IY OTHER VALID At11D COLLECTIBLE INSURANCE AVAITABLE TO THE ADDITIONAL INSORED. �VE AGREE NOT TO SEEK CONTRIBUTION FR01�1 SUCH OTHER INSURAIdCE AVAILABLE TO THE ADDITTOI�IAL INSURED. n,����,�cc� (0��02) POLICY NUMBER: CAP3751992 C�a� A�0 CA20481013 TNS ENDOf�SEIV�VT CI-IANGES THE POLICY. PLEASE READ IT CAREFULLY. � � � � ti� ' � • ' �• ' � � •� � : �• � � This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVEAAGE FORM MOTOR CARRI EF� COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form appiy unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autas Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement d�anges the policy effective on the inception date of the policy unless another date is indicated below. fV�red Irtsured: Endorse�nent Effective Date: :��. �. Name OF Person(s) Or Organization(s): Any person or organization for whom the named insured has agreed by written "insured contract" to designate as an addition�l insured subject to all the provisions and limit�tions of this policy. Inforrr�tion required to cor�plete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the e�ent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A7. of Section II - Covered Autas Liabiliry Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autas Coverages of the Auto De�lers Coverage Form. CA 20 481013 O Ins�.�rance Services Office, Inc., 2011 Page 1 of 1 POLICY �U��1f3ElZ CAP3751992 COIVIVERCIAL AUTO CA04441013 THS ENOORSEIVENT CHANGESTHE POLICY. PLEASE READ ITCAREFULLY. WAIVER OF TRANSFER OF RIGTS OF RECOVERY AGAINST OTHERS TO US {WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following; AUTO DEALERS OOVERAGE FORM BUSINESS AUTO COVERAGE FORM CARRIER OOVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement c h anges the policy effective on the inception date of the policy unless another date is indicated below. Named Insured Endorsement Effective Date SOHEDULE Name(s) Of Person(s) Or Organization(s): "Any person or organization for whom the named insured is operating under �aritten contract when such contract requires a waiver of subrogation," Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is Waived prior to the "incident" or the "loss" under a contract with that person or organization. CA04441013 Olnsurance Services Office, Inc., Page1 of 1 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION 22 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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; Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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; Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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; Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 CITY OF FORT WORTH anitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 23, 2024: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION 9 4201 Ranier Ct 19 3804 Winslow Dr 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” Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August 23, 2023 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT Atmos Zayo Western Center 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: NONE The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmenta l conditions known to the City: NONE SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Multatech Engineering, Inc. (3) Other: NONE SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by 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” Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: $0 (2) Each Occurrence: $0 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right -of-way or where several railroad companies are involved and operated on their own separate rights -of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right -of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right -of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right -of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., “Project Schedule” Project schedule shall be tier 3 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: A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: NONE Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 SC-6.09B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 23, 2024: 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 Cit y 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: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised March 8, 2024 a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non -compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority NONE SC-8.01, “Communications to Contractor” SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Preeti KC, or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., “Tests and Inspections” NONE SC-16.01C.1, “Methods and Procedures” NONE END OF SECTION Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 8, 2024 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 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Bid Documents Package Folder Contents Checklist Rev: 6/17/2019 1 Item No. Item Included (Yes, No or N/A) Comments & Initials 1 00 11 13_Invitation to Bidders.doc 2 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 3 00 45 11_Bidders Prequalifications.doc 4 00 45 13_Bidders Qualification Application.xls 5 00 45 26_Contractor Compliance with Workers Compensation Law.doc 6 Complete Specifications and Contract Document in pdf form (Referenced Specifications in Construction Specifications Folder) 7 Complete Plan Set in pdf form 8 Request project Buzzsaw Folder from IT for Advertisement and request public URL 9 Confirm AutoCAD files (dwf/ dxf files) of the construction plan sheets are in the Final Drawings folder 10 Plan Holder Registration 11 Plan Holder List and Pre-Bid Mtg Sign-in Sheet 12 This Document – filled out by the PM confirming all items have been uploaded Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. ater and Sewer Improvements Contract 110 City Project No. 102783 nitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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, Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Specificat ion 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 2 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 3 4 5 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 6 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 1 of 4 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 Specificat ion 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 1 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 1 2 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 END OF SECTION 1 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 2 0, 2018 M.Jarrell Initial Issue May 7, 2021 M Owen Rev ised name due to revising the schedule specification 6 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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) Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 SECTION 01 32 16 1 CONSTRUCTION SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A.Section Includes :5 1.General r equirements for the preparation, submittal, updating, status reporting and6 management of the Construction Progress Schedule7 2.Specific requirements are presented in the City of Fort Worth Schedule Guidance8 Document9 B.Deviations from this City of Fort Worth Standard Specification10 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 Contract13 2.Division 1 – General Requirements14 D.Purpose15 The City of Fort Worth (City) is committed to delivering quality, cost-effective16 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a17 properly structured schedule with accurate updates. This supports effective monitoring18 of progress and is input to critical decision making by the project manager throughout19 the life of the project. Data from the updated project schedule is utilized in status20 reporting to various levels of the City organization and the citizenry.21 22 This Document complements the City's Standard Agreement to guide the construction23 contractor (Contractor) in preparing and submitting acceptable schedules for use by the24 City in project delivery. The expectation is the performance of the work follows the25 accepted schedule and adhere to the contractual timeline.26 27 The Contractor will designate a qualified representative (Project Scheduler) responsible28 for developing and updating the schedule and preparing status reporting as required by29 the City.30 1.2 PRICE AND PAYMENT PROCEDURES 31 A.Measurement and Payment32 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 of35 the Contractor’s invoices until Contractor achieves said compliance.36 1.3 REFERENCES 37 A.Project Schedules38 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 an d 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 Schedule10 The master project schedule is a holistic representation of the scheduled activities11 and milestones for the total project and be Critical Path Method (CPM) based. The12 City’s Project Manager is accountable for oversight of the development and13 maintaining a master project schedule for eac h 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 deemed16 appropriate by the City’s Project Control Specialist. The assigned City Project17 Control Specialist creates and maintains the master project schedule in P6 (City’s18 scheduling software).19 20 2. Construction Schedule21 The Contractor is responsible for developing and maintaining a schedule for the22 scope of the Contractor’s contractual requirements. The Contractor will issue an23 initial schedule for review and acceptance by the City’s Project Control Specialist24 and the City’s Project Manager as a baseline schedule for Contractor’s scope of25 work. Contractor will issue current, accurate updates of their schedule (Progress26 Schedule) to the City at the end of each month throughout the life of their work.27 B.Schedule Tiers28 The City has a portfolio of projects that vary widely in size, complexity and content29 requiring different scheduling to effectively deliver each project. The City uses a30 “tiered” approach to align the proper schedule with the criteria for each project. T he31 City's Project Manager determines the appropriate schedule tier for each project, and32 includes that designation and the associated requirements in the Contractor’s scope of33 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. No37 schedule submittal is required from Contractor. City’s Project Control Specialist38 acquires any necessary schedule status data or information through discussions with39 the respective party on an as -needed basis.40 41 2.Tier 2: Small S ize and Short to Medium Duration Project42 The City develops and maintains a Master Project Schedule for the project. The43 Contractor identifies “start” and “finish” milestone dates on key elements of their44 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 such46 milestones at the end of each month throughout the life of their work on the project.47 48 3.Tier 3: Medium and Large S ize and/or Complex Projects Regardless of Duration49 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 Types8 Project delivery for the City utilizes two types of schedules as noted below. The City9 develops and maintains a Master Project Schedule as a “baseline” schedule and issue10 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 their12 contractual requirements.13 14 1.Baseline Schedule15 The Contractor develops and submits to the City, an initial schedule for their scope16 of work in alignment with this specification . Once reviewed and accepted by the17 City, it becomes the “Baseline” schedule and is the basis against which all progress18 is measured. The baseline schedule will be updated when there is a change or19 addition to the scope of work impacting the duration of the work, and only after20 receipt of a duly authorized change order issued by the City. In the event progress is21 significantly behind schedule, the City’s Project Manager may authorize an update22 to the baseline schedule to facilitate a more practical evaluation of progress. An23 example of a Baseline Schedule is provided in Specification 0 1 32 16.124 Construction Project Schedule Baseline Example.25 26 2.Progress Schedule27 The Contractor updates their schedule at the end of each month to represent the28 progress achieved in the work which includes any impac t from authorized changes29 in the work. The updated schedule must accurately reflect the current status of the30 work at that point in time and is referred to as the “Progress Schedule”. The City’s31 Project Manager and Project Control Specialist reviews and accepts each progress32 schedule. In the event a progress schedule is deemed not acceptable, the33 unacceptable issues are identified by the City within 5 working days and the34 Contractor must provide an acceptable progress schedule within 5 working days35 after receipt of non-acceptance notification. An example of a Progress Schedule is36 provided in Specification 01 32 16.2 Construction Project Schedule Progress37 Example.38 D.City Standard Schedule requirements39 The following is an overview of the methodology for developing and maintaining a40 s chedule for delivery of a project.41 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 1.Schedule Framework - The schedule will be based on the defined scope of work1 and follow the (Critical Path Methodology) CPM method. The Contractor’s2 schedule will align with the requirements of this specification and will be cost3 loaded to reflect their plan for execution. Compliance with cost loading can be4 provided with traditional cost loading of line items OR a projected cost pe r5 month for the project when the initial schedule is submitted, updated on a6 quarterly basis is significant change is anticipated. Overall schedule duration7 will align with the contractual requirements for the respective scope of work and be8 reflected in City’s Master Project Schedule. The Project Number and Name of the9 Project is required on each schedule and must match the City’s project data.10 11 E.Schedule File Name12 All schedules submitted to the City for a project will have a file name that begins with13 the City’s project number followed by the name of the project followed by baseline (if14 a baseline schedule) or the year and month (if a progress schedule), as shown below.15 16 •Baseline Schedule File Name17 Format: City Project Number_Project Name_Baseline 18 Example: 101376_North Montgomery Street HMAC_Baseline 19 20 •Progress Schedule File Name21 Format: City Project Number_Project Name_YYYY-MM 22 Example: 101376_North Montgomery Street HMAC_2018_01 23 24 •Project Schedule Progress Narrative File Name25 Format: City Project Number_Project Name_PN_YYYY-MM 26 Example: 101376_North Montgomery Street HMAC_PN_2018_01 27 28 F.Schedule Templates29 The Contractor will utilize the relevant sections from the City’s templates provided in30 the City’s document management system as the basis for creating their respective31 project schedule. Specifically, the Contractor’s schedule will align with the layout of32 the Construction section. The templates are identified by type of project as noted33 below.34 •Arterials35 •Aviation36 •Neighborhood Streets37 •Sidewalks (later)38 •Quiet Zones (later)39 •Street Lights (later)40 •Intersection Improvements (later)41 •Parks42 •Storm water43 •Street Maintenance44 •Traffic45 •Water46 47 G.Schedule Calendar48 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 The City’s standard calendar for schedule development purposes is based on a 5-day 1 workweek and accounts for the City’s eight standard holidays (New Years, Martin 2 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 3 Christmas). The Contractor will establish a schedule calendar as part of the schedule 4 development process and provide to the Project Control Specialist as part of the basis 5 for their schedule. Variations between the City’s calendar and the Contractor’s 6 calendar must be resolved prior to the City’s acceptance of their Baseline project 7 schedule. 8 9 H.WBS & Milestone Standards for Schedule Development10 The scope of work to be accomplished by the Contractor is represented in the schedule11 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the12 development of the schedule activities and shall be imbedded and depicted in the13 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 respective19 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 needs21 of the organization executing the work. Specifically the Contractor will add22 activities under WBS XXXXXX.80.83 “Construction Execution” that23 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 show n26 in Section 1.4.I below. Contractor will include additional milestones27 representing intermediate deliverables as required to accurately reflect their28 scope of work.29 30 I.Schedule Activities31 Activities are the discrete elements of work that make up the schedule. T hey will be32 organized under the umbrella of the WBS. Activity descriptions should adequately33 describe the activity, and in some cases the extent of the activity. All activities are34 logically tied with a predecessor and a successor. The only exception to this rule is for35 “project start” and “project finish” milestones.36 37 The activity duration is based on the physical amount of work to be performed for the38 stated activity, with a maximum duration of 20 working days OR a continuous activity39 in one location. If the work for any one activity exceeds 20 days, break that activity40 down incrementally to achieve this duration constraint. Any exception to this requires41 review and acceptance by the City’s Project Control Specialist.42 43 J.Change Orders44 When a Change Order is issued by the City, the impact is incorporated into the45 previously accepted baseline schedule as an update, to clearly show impact to the46 project timeline. The Contractor submits this updated baseline schedule to the City for47 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 the4 actual amount of time the project activities are anticipated to be delayed, unless5 otherwise approved by the Program Manager.6 7 2.The re-baselined schedule is submitted by the Contractor within ten workdays after8 the date of receipt of the approved Change Order.9 10 3. T he changes in logic or durations approved by the City are used to analyze the impact11 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 the13 Act ivity ID. Use as many activities as needed to accurately show the work of the14 Change Order. Revisions to the baseline schedule are not effective until accepted by15 the City.16 K.City’s Work Breakdown Structure17 18 WBS Code WBS Name19 XXXXXX Project Name20 XXXXXX.30 De sign 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 Milestones43 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 project45 schedule for all phases of work.46 47 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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, R OW, 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 B id 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 & Review40 The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s41 schedule. The City’s Project Control Specialist is responsible for ensuring alignment of42 the Contractor’s baseline and progress schedules with the Master Project Schedule as43 support to the City’s Project Manager. The City reviews and accepts or rejects the44 schedule within ten workdays of Contractor’s submittal.45 46 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 1. Schedule Format1 The Contractor will submit each schedule in two electronic forms, one in native file2 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document3 management system in the location dedicated for this purpose and identified by the4 Project Manager. In the event the Contractor does not use Primavera P6 or MS5 Project for scheduling purposes, the schedule information must be submitted in .xls or6 .xlsx format in compliance with the sample layout (See Specification 01 32 16.17 Construction Project Schedule Baseline Example), including activity predecessors,8 successors and total float.9 10 2.Initial & Baseline Schedule11 The Contractor will develop their schedule for their scope of work and submit their12 initial schedule in e lectronic form (in the file formats noted above), in the City’s13 document management system in the location dedicated for this purpose at least 514 working days prior to Pre Construction Meeting.15 16 The City’s Project Manager and Project Control Specialist review this initial schedule17 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 Contractor19 for their use in finalizing their initial schedule and issuing (within five workdays) their20 Baseline Schedule for final review and acceptance by the City.21 22 3.Progress Schedule23 The Contractor will update and issue their project schedule (Progress Schedule) by the24 last day of each month throughout the life of their work on the project. The Progress25 Schedule is submitted in electronic form as noted above, in the City’s document26 management system in the location dedicated for this purpose.27 28 The City’s Project Control team reviews each Progress Schedule for data and29 information that support the assessment of the update to the schedule. In the event30 data or information is missing or incomplete, the Project Controls Specialist31 communicates directly with the Contractor’s scheduler for providing same. The32 Contractor re-submits t he corrected Progress Schedule within 5 workdays, following33 the submittal process noted above. The City’s Project Manager and Project Control 34 Specia list review the Contractor’s progress schedule for acceptance and to monitor35 performance and progress.36 37 The following list of items are required to ensure proper status information is38 contained in the Progress Schedule.39 •Baseline Start date40 •Baseline Finish Date41 •% Complete42 •Float43 •Activity Logic (dependencies)44 •Critical Path45 •Activities added or deleted46 •Expected Baseline Finish date47 •Variance to the Baseline Finish Date48 49 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 B.Monthly Construction Status Report1 The Contractor submits a written status report (referred to as a progress narrative) at the2 monthly progress meeting (if monthly meetings are held) or at the end of each month to3 accompany the Progress Schedule submittal, using the standard format provided in4 Specification 0 1 32 16.3 Construction Project Schedule Progress Narrative. The content5 of the Construction Project Schedule Progress Narrative should be concise and complete6 to include only changes, delays, and anticipated problems.7 8 C.Submittal Process9 •Schedules and Monthly Construction Status Reports are submitted in in the City’s10 document management system in the location dedicated for this purpose.11 •Once the project has been completed and Final Acceptance has been issued by the12 City, no further progress schedules or construction status reports are required from 13 the Contractor.14 1. 15 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS [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 be20 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 the24 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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. 6 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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] Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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) Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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] Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 2. Railroad Flagmen 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination with the Texas Department of Transportation 23 1. When work in the right-of-way which is under the jurisdiction of the Texas 24 Department of Transportation (TxDOT): 25 a. Notify the Texas Department of Transportation prior to commencing any work 26 therein in accordance with the provisions of the permit 27 b. All work performed in the TxDOT right-of-way shall be performed in 28 compliance with and subject to approval from the Texas Department of 29 Transportation 30 B. Work near High Voltage Lines 31 1. Regulatory Requirements 32 a. All Work near High Voltage Lines (more than 600 volts measured between 33 conductors or between a conductor and the ground) shall be in accordance with 34 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 35 2. Warning sign 36 a. Provide sign of sufficient size meeting all OSHA requirements. 37 3. Equipment operating within 10 feet of high voltage lines will require the following 38 safety features 39 a. Insulating cage-type of guard about the boom or arm 40 b. Insulator links on the lift hook connections for back hoes or dippers 41 c. Equipment must meet the safety requirements as set forth by OSHA and the 42 safety requirements of the owner of the high voltage lines 43 4. Work within 6 feet of high voltage electric lines 44 a. Notification shall be given to: 45 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 1) The power company (example: ONCOR) 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA’s Permit Required for 15 Confined Spaces 16 D. Use of Explosives, Drop Weight, Etc. 17 1. When Contract Documents permit on the project the following will apply: 18 a. Public Notification 19 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 20 prior to commencing. 21 2) Minimum 24 hour public notification in accordance with Section 01 31 13 22 E. Water Department Coordination 23 1. During the construction of this project, it will be necessary to deactivate, for a 24 period of time, existing lines. The Contractor shall be required to coordinate with 25 the Water Department to determine the best times for deactivating and activating 26 those lines. 27 2. Coordinate any event that will require connecting to or the operation of an existing 28 City water line system with the City’s representative. 29 a. Coordination shall be in accordance with Section 33 12 25. 30 b. If needed, obtain a hydrant water meter from the Water Department for use 31 during the life of named project. 32 c. In the event that a water valve on an existing live system be turned off and on 33 to accommodate the construction of the project is required, coordinate this 34 activity through the appropriate City representative. 35 1) Do not operate water line valves of existing water system. 36 a) Failure to comply will render the Contractor in violation of Texas Penal 37 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 38 will be prosecuted to the full extent of the law. 39 b) In addition, the Contractor will assume all liabilities and 40 responsibilities as a result of these actions. 41 F. Public Notification Prior to Beginning Construction 42 1. Prior to beginning construction on any block in the project, on a block by block 43 basis, prepare and deliver a notice or flyer of the pending construction to the front 44 door of each residence or business that will be impacted by construction. The notice 45 shall be prepared as follows: 46 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 1 beginning any construction activity on each block in the project area. 2 1) Prepare flyer on the Contractor’s letterhead and include the following 3 information: 4 a) Name of Project 5 b) City Project No (CPN) 6 c) Scope of Project (i.e. type of construction activity) 7 d) Actual construction duration within the block 8 e) Name of the contractor’s foreman and phone number 9 f) Name of the City’s inspector and phone number 10 g) City’s after-hours phone number 11 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 12 A. 13 3) City of Fort Worth Door Hangers will be provided to the Contractor for 14 distribution with their notice. 15 4) Submit schedule showing the construction start and finish time for each 16 block of the project to the inspector. 17 5) Deliver flyer to the City Inspector for review prior to distribution. 18 b. No construction will be allowed to begin on any block until the flyer and door 19 hangers are delivered to all residents of the block. 20 G. Public Notification of Temporary Water Service Interruption during Construction 21 1. In the event it becomes necessary to temporarily shut down water service to 22 residents or businesses during construction, prepare and deliver a notice or flyer of 23 the pending interruption to the front door of each affected resident. 24 2. Prepared notice as follows: 25 a. The notification or flyer shall be posted 24 hours prior to the temporary 26 interruption. 27 b. Prepare flyer on the contractor’s letterhead and include the following 28 information: 29 1) Name of the project 30 2) City Project Number 31 3) Date of the interruption of service 32 4) Period the interruption will take place 33 5) Name of the contractor’s foreman and phone number 34 6) Name of the City’s inspector and phone number 35 c. A sample of the temporary water service interruption notification is attached as 36 Exhibit B. 37 d. Deliver a copy of the temporary interruption notification to the City inspector 38 for review prior to being distributed. 39 e. No interruption of water service can occur until the flyer has been delivered to 40 all affected residents and businesses. 41 f. Electronic versions of the sample flyers can be obtained from the Project 42 Construction Inspector. 43 H. Coordination with United States Army Corps of Engineers (USACE) 44 1. At locations in the Project where construction activities occur in areas where 45 USACE permits are required, meet all requirements set forth in each designated 46 permit. 47 I. Coordination within Railroad Permit Areas 48 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102783 Revised March 11, 2022 EXHIBIT B 1 2 3 4 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Permit7 b.Modification of approved traffic control8 c.Removal of Street Signs9 B.Deviations from this City of Fort Worth Standard Specification10 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 Contract13 2.Division 1 – General Requirements14 3.Section 34 71 13 – Traffic Control15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement and Payment17 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 Standards21 1.Reference standards cited in this specification refer to the current reference standard22 published at the time of the latest revision date logged at the end of this23 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 Control27 1.General28 a.Contractor shall minimize lane closures and impact to vehicular/pedestrian29 traffic.30 b.When traffic control plans are included in the Drawings , provide Traffic31 Control in accordance with Drawings and Section 34 71 13.32 c.When traffic control plans are not included in the Drawings , prepare traffic33 control plans in accordance with Section 34 71 13 and submit to City for34 review.35 1)Allow minimum 10 working days for review of proposed Traffic Control.36 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Permit6 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 City8 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 Control13 1.Prior to installation traffic control:14 a.Submit revised traffic control plans to City Department Transportation and15 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 Sign21 1.If it is determined that a street sign must be removed for construction, then contact22 City Transportation and Public Works Department, Signs and Markings Division to23 remove the sign.24 E.Temporary Signage25 1.In the case of regulatory signs, replace permanent sign with temporary sign meeting26 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 be30 reinstalled, contact the City Transportation and Public Works Department, Signs31 and Markings Division, to reinstall the permanent sign.32 F.Traffic Control Standards33 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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] Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 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 9 supplies 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 14 supplies 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 19 supplies 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 22 this 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1) Demobilization 1 a) Transportation of Contractor’s personnel, equipment, and operating 2 supplies from the Site including disassembly or temporarily securing 3 equipment, supplies, and other facilities as designated by the Contract 4 Documents necessary to suspend the Work. 5 b) Site Clean-up as designated in the Contract Documents 6 2) Remobilization 7 a) Transportation of Contractor’s personnel, equipment, and operating 8 supplies to the Site necessary to resume the Work. 9 b) Establishment of necessary general facilities for the Contractor’s 10 operation at the Site necessary to resume the Work. 11 3) No Payments will be made for: 12 a) Mobilization and Demobilization from one location to another on the 13 Site in the normal progress of performing the Work. 14 b) Stand-by or idle time 15 c) Lost profits 16 3. Mobilizations and Demobilization for Miscellaneous Projects 17 a. Mobilization and Demobilization 18 1) Mobilization shall consist of the activities and cost on a Work Order basis 19 necessary for: 20 a) Transportation of Contractor’s personnel, equipment, and operating 21 supplies to the Site for the issued Work Order. 22 b) Establishment of necessary general facilities for the Contractor’s 23 operation at the Site for the issued Work Order 24 2) Demobilization shall consist of the activities and cost necessary for: 25 a) Transportation of Contractor’s personnel, equipment, and operating 26 supplies from the Site including disassembly for each issued Work 27 Order 28 b) Site Clean-up for each issued Work Order 29 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 c) Removal of all buildings or other facilities assembled at the Site for 1 each Work Oder 2 b. Mobilization and Demobilization do not include activities for specific items of 3 work for which payment is provided elsewhere in the contract. 4 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 5 a. A Mobilization for Miscellaneous Projects when directed by the City and the 6 mobilization occurs within 24 hours of the issuance of the Work Order. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment [Consult City Department/Division for direction on if 14 Mobilization pay item to be included or the item should be subsidiary. Include the 15 appropriate Section 1.2 A. 1.] 16 1. Mobilization and Demobilization [If subsidiary] 17 a. Measure 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 are subsidiary to the various Items bid and no other compensation will be 22 allowed. 23 [OR] 24 1. Mobilization and Demobilization [If bid item included for Mobilization – Consultant 25 to provide a maximum % of adjusted contract amount based on the anticipated 26 mobilization costs to limit the amount bid for this item] 27 a. Measure 28 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1) This Item will be measured by the lump sum or each as the work 1 progresses. Mobilization is calculated on the base bid only and will not be 2 paid for separately on any additive alternate items added to the Contract. 3 2) Demobilization shall be considered subsidiary to the various bid items. 4 b. Payment 5 1) For this Item, the adjusted Contract amount will be calculated as the total 6 Contract amount less the lump sum for mobilization. Mobilization shall be 7 made in partial 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 Contract amount, whichever is less, will be paid. 11 b) When 5% of the adjusted Contract amount for construction Items is 12 earned, 75% of the mobilization lump sum bid or [Insert the maximum 13 allowed]% of the total Contract amount, whichever is less, will be paid. 14 Previous payments under the Item will be deducted from this amount. 15 c) When 10% of the adjusted Contract amount for construction Items is 16 earned, 100% of the mobilization lump sum bid or [Insert the maximum 17 allowed]% of the total Contract amount, whichever is less, will be paid. 18 Previous payments under the Item will be deducted from this amount. 19 d) A bid containing a total for “Mobilization” in excess of [Insert 20 maximum allowed] % of total contract shall be considered unbalanced 21 and a cause for consideration of rejection. 22 e) The Lump Sum bid for “Mobilization – Paving/Drainage” shall NOT 23 include any cost or sum for mobilization items associated with 24 water/sewer items. Those costs shall be included in the various 25 water/sewer bid Items. Otherwise the bid Items shall be considered 26 unbalanced and a cause for consideration of rejection. 27 f) The Lump Sum bid for “Mobilization – Paving” shall NOT include any 28 cost or sum for mobilization items associated with drainage items. 29 Those costs shall be included in the “Mobilization – Drainage” Lump Sum 30 bid Item. Otherwise the bid Items shall be considered unbalanced and a 31 cause for consideration of rejection. 32 g) The Lump Sum bid for “Mobilization – Drainage” shall NOT include any 33 cost or sum for mobilization items associated with paving items. Those 34 costs shall be included in the “Mobilization – Paving” Lump Sum bid 35 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 Item. Otherwise the bid Items shall be considered unbalanced and a 1 cause for consideration of rejection. 2 2) The work performed and materials furnished for demobilization in 3 accordance with this Item are subsidiary to the various Items bid and no 4 other compensation will be allowed. 5 [OR] 6 1. Mobilization and Demobilization [If multiple “Mobilization” bid items are used due 7 to different funding (ex. Water and Sewer and Paving and/or Drainage) – Provide 8 detail of each bid item - Consultant to provide detail for each bid item (typically 9 Water/Sewer will be subsidiary and Paving/Drainage will be LS, with possibly 10 separate bid items for Paving and Drainage due to funding).] 11 a. Measure 12 1) This item for Water/Sewer improvements is considered subsidiary to the 13 various Items bid. 14 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization – 15 Paving/Drainage” will be measured by the lump sum or each as the work 16 progresses. Mobilization is calculated on the base bid only and will not be 17 paid for separately on any additive alternate items added to the Contract. 18 3) Demobilization shall be considered subsidiary to the various bid items. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 for Water/Sewer improvements are subsidiary to the various Items bid and 22 no other compensation will be allowed. 23 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization – 24 Paving/Drainage”, the adjusted Contract amount will be calculated as the 25 total Contract amount for paving, drainage or paving/drainage 26 improvements less the lump sum for mobilization. Mobilization shall be 27 made in partial payments as follows: 28 a) When 1% of the adjusted Contract amount for construction Items is 29 earned, 50% of the mobilization lump sum bid or [Insert ½ the maximum 30 allowed] % of the total paving, drainage, or paving/drainage Contract 31 amount, whichever is less, will be paid. 32 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 b) When 5% of the adjusted Contract amount for construction Items is 1 earned, 75% of the mobilization lump sum bid or [Insert the maximum 2 allowed]% of the total paving, drainage, or paving/drainage Contract 3 amount, whichever is less, will be paid. Previous payments under the Item 4 will be deducted from this amount. 5 c) When 10% of the adjusted Contract amount for construction Items is 6 earned, 100% of the mobilization lump sum bid or [Insert the maximum 7 allowed]% of the total paving, drainage, or paving/drainage Contract 8 amount, whichever is less, will be paid. Previous payments under the Item 9 will be deducted from this amount. 10 d) A bid containing a total for “Mobilization” in excess of [Insert 11 maximum allowed] % of total paving, drainage or paving/drainage 12 contract shall be considered unbalanced and a cause for consideration of 13 rejection. 14 3) The work performed and materials furnished for demobilization in 15 accordance with this Item are subsidiary to the various Items bid and no 16 other compensation will be allowed. 17 2. Remobilization for suspension of Work as specifically required in the Contract 18 Documents 19 a. Measurement 20 1) Measurement for this Item shall be per each remobilization performed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under “Measurement” will be paid for at the 24 unit price per each “Specified Remobilization” in accordance with 25 Contract Documents. 26 c. The price shall include: 27 1) Demobilization as described in Section 1.1.A.2.a.1) 28 2) Remobilization as described in Section 1.1.A.2.a.2) 29 d. No payments will be made for standby, idle time, or lost profits associated this 30 Item. 31 3. Remobilization for suspension of Work as required by City 32 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 7 MOBILIZATION AND REMOBILIZATION Page 7 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 a. Measurement and Payment 1 1) This shall be submitted as a Contract Claim in accordance with Article 10 2 of Section 00 72 00. 3 2) No payments will be made for standby, idle time, or lost profits associated 4 with this Item. 5 4. Mobilizations and Demobilizations for Miscellaneous Projects 6 a. Measurement 7 1) Measurement for this Item shall be for each Mobilization and 8 Demobilization required by the Contract Documents 9 b. Payment 10 1) The Work performed and materials furnished in accordance with this Item 11 and measured as provided under “Measurement” will be paid for at the 12 unit price per each “Work Order Mobilization” in accordance with 13 Contract Documents. Demobilization shall be considered subsidiary to 14 mobilization and shall not be paid for separately. 15 c. The price shall include: 16 1) Mobilization as described in Section 1.1.A.3.a.1) 17 2) Demobilization as described in Section 1.1.A.3.a.2) 18 d. No payments will be made for standby, idle time, or lost profits associated this 19 Item. 20 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 21 a. Measurement 22 1) Measurement for this Item shall be for each Mobilization and 23 Demobilization required by the Contract Documents 24 b. Payment 25 1) The Work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” will be paid for at the 27 unit price per each “Work Order Emergency Mobilization” in accordance 28 with Contract Documents. Demobilization shall be considered subsidiary 29 to mobilization and shall not be paid for separately. 30 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 8 MOBILIZATION AND REMOBILIZATION Page 8 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 c. The price shall include 1 1) Mobilization as described in Section 1.1.A.4.a) 2 2) Demobilization as described in Section 1.1.A.3.a.2) 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS [NOT USED] 8 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 END OF SECTION 18 19 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. Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 01 70 00 - 9 MOBILIZATION AND REMOBILIZATION Page 9 of 9 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 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”. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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) Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 contract6 B.Deviations from this City of Fort Worth Standard Specification7 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 Contract10 2.Division 1 – General Requirements11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment13 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 Affidavits18 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 are20 satisfactorily filed with the City.21 B.Release of Liens or Claims22 1.No application for final payment will be accepted until satisfactory evidence of23 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 78 397 2.Operation and Maintenance Data, if required, in a ccordance with Section 01 78 238 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section9 01 74 23.10 C.Final Inspection11 1.After final cleaning, provide notice to the City Project Representative that the Work12 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, in15 writing within 10 business days, of any particulars in which this inspection16 reveals that the Work is defective or incomplete.17 2. Upon receiving written notice from the City, immediately undertake the Work18 required to remedy deficiencies and complete the Work to the satisfaction of the19 City.20 3.The Right-of-way shall be cleared of all construction materials, barricades, and21 temporary signage.22 4.Upon completion of Work associated with the items listed in the City's written23 notice, inform the City that the required Work has been completed. Upon receipt of24 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 parts29 b.Adequate oil and grease as required for the first lubrication of the equipment30 c.Initial fill up of all chemical tanks and fuel tanks31 d.Light bulbs32 e. Fuses33 f.Vault keys34 g.Handwheels35 h.Other expendable items as required for initial start-up and operation of all 36 equipment37 D.Notice of Project Completion38 1.Once the City Project Representative find s the Work subsequent to Final Inspection39 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).40 E.Supporting Documentation41 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Request3 b.Statement of Contract Time4 c.Affidavit of Payment and Release of Liens5 d.Consent of Surety to Final Payment6 e.Pipe Report (if required)7 f.Contractor’s Evaluation of City8 g.Performance Evaluation of Contractor9 F.Letter of Final Acceptance10 1.Upon review and acceptance of Notice of Project Completion and Supporting11 Documentation, in accordance with General Conditions, City will issue Letter of12 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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". Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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. Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 Water and Sewer Improvements Contract 110 City Project No. 102783 Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 1 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 SECTION 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS 1. GENERAL NOTES 1.1 Structural Drawings are an integral component to the Contract Documents. Contractor shall review and coordinate accordingly 1.1.1 Contractor shall coordinate construction with adjacent structures and utilities. 1.1.2 Contractor shall notify, in writing, to the Engineer of any discrepancies before proceeding with the work. 1.2 Temporary shoring and bracing during construction. 1.2.1 Contractor shall provide temporary bracing of components during construction to meet regulatory requirements for safety. 1.2.2 Contractor shall provide temporary shoring and bracing of piers and pier caps during construction. Shore piers and pier caps during backfilling and compaction. 1.3 Selection of construction means, methods, techniques, and procedures, as well as safety precautions and programs, are solely the contractor’s responsibility. As such, construction engineering and design resulting from these selections is the responsibility of the contractor. 1.3.1 Examples include, but are not limited to, engineering of shoring and scaffolding systems; load checks and structural modifications for storage, staging, and construction equipment loading; means of egress for heavy equipment; crane selection, location, support and bracing; temporary hoists, lifts and platforms. 1.3.2 Contractor shall ensure that appropriate engineering is performed by a licensed professional engineer for the work, consulted with on field modifications, specify appropriate levels of inspection of the work, and to review inspection reports. 2. GEOTECHNICAL INFORMATION 2.1 Geotechnical Engineer of Record (GER) is solely responsible for establishing aerial crossing drilled shaft design criteria, and for the construction recommendations for excavation, subgrade preparation, backfilling and compaction. 2.2 Geotechnical information indicated in the structural construction documents is intended to replicate the recommendations stated in the Geotechnical Engineering Report. Presentations of this information in the structural documents does not demonstrate, state, or imply geotechnical expertise by the structural engineer. Contractor shall obtain a copy of the report and comply with the recommendations therein. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 2 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 2.3 If discrepancies between the report and construction documents are discovered, the report shall govern. All clarifications and interpretations of the report shall be made by the GER and reported to the engineer for coordination with the design team. 3. DESIGN DATA 3.1 The design of the structure and parts thereof is in accordance with the 2021 International Building Code (IBC), as amended and adopted by the City of Fort Worth, Texas. 3.2 Wind Design Data: 3.2.1 Basic Wind Speed (3 second gust) - 105 mph 3.2.2 Risk Category - II 3.2.3 Wind Exposure - B 3.3 Seismic Design Data: 3.3.1 Risk Category - II 3.3.2 Seismic Importance Factor, Ie - 1 3.3.3 Mapped Spectral Response Accel. - SS = 0.091, S1 = 0.05 3.3.4 Site Class - D 3.3.5 Spectral Response Coefficients - SDS = 0.097, SM1 = 0.121 3.3.6 Seismic Design Category - B 3.4 Flood Design Data: 3.4.1 This project is located within a flood hazard area that is subject to high velocity wave action. 4. PIER FOUNDATION NOTES 4.1 Foundation design and subsurface information is based on Geotechnical Report 0123-3284 prepared for this project by Landtec Engineers dated February 14, 2023. 4.2 Bearing strata shown on the pier details is approximately 567.0 feet and is to be used for Lump Sum bid of the pier lengths. 4.3 Foundation allowable design soil values: 4.3.1 End Bearing - 25 ksf 4.3.2 Skin Friction - 2.5 ksf (Compression) - 1.5 ksf (Tension) 4.3.3 Elevation of the top of the piers where not provided is at the bottom of the deepest intersection beam or wall supported by the pier. 4.3.4 Pier holes shall be concreted within 8 hours after drilling. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 3 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 4.3.5 Contractor shall keep independent records of pier installations. Those records shall be compared daily with the testing lab’s records. If disagreements are found, they are to be resolved at that daily meeting. 5. CONCRETE NOTES 5.1 All concrete work shall be in accordance with ACI 318 – per governing building code, ACI 336.1. 5.2 All concrete shall have sand and gravel, or crushed stone aggregates, and test 4,000 PSI compressive strength in 28 days, unless otherwise noted. Normal weight aggregates shall conform to ASTM C33. 5.3 Concrete protection for reinforcement shall be as follows. Refer to ACI 318 – Section 7.7 for conditions not noted. Piers ---------------------------------------------- 3” Grade Beams, Pier Caps ---------------------- 1 ½” Top 2” Sides 3” Bottom 5.4 Maximum normal coarse aggregate size shall be 1 ½” max. for piers and 1” max. typical unless noted otherwise. 5.5 Concrete slumps shall be as follows: Piers --------------------------------------------- 7" max., 5" min. Concrete containing HRWR ----------------- 10" max. All other concrete ----------------------------- 5" max., 2" min. 5.6 Concrete exposed to weather shall be air-entrained as follows: ¾” Nominal aggregate size -------------- 4% to 8% 1” Nominal aggregate size -------------- 3.5% to 6.5% 1 ½” Nominal aggregate size -------------- 3% to 6% 5.7 All grade beams, cast-in-place walls and pier caps shall be formed on all sides. All elements of the forms, formwork, bracing and shoring shall consist of wood, metal, or other manufactured products as specified. Earth may not be used as a form, either directly or indirectly. Neither earth trenches nor earth trenches lined with another material are acceptable. 5.8 There shall be no horizontal construction joints in concrete pours. All construction joints shall be made in the center of spans with vertical bulk heads. The location of construction joints shall be approved by the structural engineer. 6. REINFORCING STEEL NOTES 6.1 All reinforcing steel shall be new deformed billet steel conforming to ASTM A615, Grade 60. 6.2 Detailing of reinforcement shall be in accordance with the ACI Detailing Manual. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 4 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 6.3 Reinforcing bars may be spliced only as shown on the drawings except that reinforcing designated as “Continuous” may be contact lap spliced with tension lap per ACI 318, Chapter 12. 6.4 For pier cap reinforcing, 30 bar diameter lap splices shall be made over supports for bottom and at midspan for top bars and intermediate bars. At end supports, top bars shall be hooked down and bottom bars shall be hooked up. 6.5 Provide corner bars of same size and quantity as continuous top and bottom reinforcing of grade beams at all pier cap corners and intersections. 7. FORMWORK & SHORING NOTES 7.1 The design and engineering of all formwork and shoring, as well as its construction, shall be the responsibility of the Contractor, and shall conform to ACI 347 “Recommended Practice for Concrete Formwork”. Requirements listed below are minimum requirements to be met by the Contractor, in addition to those requirements set forth by ACI 347 and do not, in any way, release the Contractor from the responsibility for the design and engineering of all formwork. 7.2 Stripping and removal of forms shall be in accordance with ACI 347. 7.3 Shoring and reshoring requirements shall be clearly identified in notes and diagrams on the formwork shop drawings. 8. STRUCTURAL STEEL NOTES 8.1 Structural steel shall conform to AISC “Specification for Structural Steel Buildings”, ANSI/AISC 360, Latest Edition. 8.2 All structural steel casing pipe shall be spiral welded or smooth wall seamless with a minimum yield strength of 35,000 PSI. 8.3 All welding shall be performed by certified welders. 8.4 Full and partial penetration welds performed in the field shall be ultrasonically tested. 8.5 Temporary supports, such as temporary guys, braces, falsework, cribbing or other elements required for the erection operation will be determined, furnished, and installed by the erector. These temporary supports shall be capable of securing the steel framing, or any partly assembled steel framing, against loads comparable in intensity to those for which the structure was designed, resulting from wind, seismic forces and erection operations. 8.6 The lifting and erection of pre-assembled elements are considered special erection conditions. The selection of lift points and erection techniques are the responsibility of the Contractor. Locate and provide sufficient lift points to prevent overstress and/or distortion of any components within the assembly. Provide temporary stiffeners and/or lifted devices as required. 8.7 The contractor shall comply with OSHA requirements for steel erection. Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 5 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 8.7.1 Prior to erection of steel, the contractor shall provide to the steel erector, based on appropriate ASTM Standard Test Methods of Field Cured Samples, verification that the foundations, piers, walls and masonry have achieved sufficient strength per OSHA requirements. 9. SPECIAL INSPECTIONS AND TESTS 9.1 Concrete: 9.1.1 Special inspections and verifications for concrete construction shall be as required in the following table: Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 33 04 20 DRILLED PIERS AND STRUCTURAL SUPPORTS Page 6 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 9.2 Drilled Piers: 9.2.1 Special Inspections of cast-in-place deep foundations shall be as required in the following table. 9.2.2 The Geotechnical Engineering Report, and the approved Construction Documents prepared by the registered design professionals, shall be used to determine compliance. 9.2.3 Every element shall be inspected. END OF SECTION Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 D223165747 09I13/2023 03:48 PM Page: 1 of 9 Fee: $51.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records •�;,�,d��,j MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: !F YOU ARE A NAtURAL PERSON, YOLI MAY REMOVE OR STRIKE ANY. OR ALL OF THE FOLLOWING /NFORMATION FROM THlS lNSTRUMENT BEFORE IT IS FlLED FOR RECORD IN THE PUBLIC RECORDS: YOL1R SOC/AL SECURITY NUMBER OR YOUR DR/VER'S L/CENSE NLIMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 1 SSE 4128 Ranier Ct WESTCLLFF ADDITION Block 44 Lot 18 ���-�F'�� �� ����° ��%Ji���, ,�v;� C;_�; �a�����31�n��'�%�� s .:� -�---�---_.. _.._�, �...,'� STATE OF TEXAS § "' `" § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILfTY EASEMENT DATE: � �- \ �` �� GRANTOR: Kimberlv Kilaatrick Michael D Terrell, Beverlv Kilaatrick GRANTOR'S MAILING ADDRESS (including County): 4128 Ranier Ct. Fort Worth, Tarrant County, Texas 76109 GRANTEE; CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafte� referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appu�tenances, including, but not limited to manholes, manhole vents, lateral iine connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT FORiWORT . Rev. 20220420 D223129014 07/20/2023 04:57 PM Page: 1 of 7 Fee: $43.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENi7ALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOV�' OR STRIKE ANY OR ALL OF THE FOLLOW/NG INFORMATION FROM TH/S INSTRUMENT BEFORE IT IS F/LED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECUR/TY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 2 SSE 4101 Ranier Ct �l� i'y.��?� �� i��(;�'�`,��;���v,�"`,� WESTCLIFF ADDITION Block 44 Lot 13 ��: �OG���!��3��c���:; _L�,� - ..� :�..� STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: /�1.a�.�. 3�, Z�z3 GRANTOR: W. Bernard Whitney, Jr. & Renate Whitnev GRANTOR'S MAILING ADDRESS (including County): 4101 Ranier Ct Fort Worth, TX 76109-5026 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAfLfNG ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev. 20220420 Foe_ r�H. D223129014 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached here#o and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Faci[ity. In no event shalE Gran#or {I) use the Easement Property in any manner which infierferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or wails or other structures that require a building permit. However, Grantor shall be permitted to instali and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easemen# Property but only to the extent that such surface improvements do not materially interFere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property ai Grantee's sole cost and expense, including the restoration af any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destrayed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, afl and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an ariginal, but which together will constitute one instrument_ When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEPliENT Rev. 20220420 Foe�o�rH. Page 2 of 7 D223129014 GRANTOR: W. Bernard Whitney, Jr. & Renate Whitney, a Married Couple By: � ��d. w' -� �-- (Name) v,�• ��...��, w�.:fi...�r, � (Title) By: ' (Name) C�-� ev. a�� W4�,:-{ r..�u (Title) STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT . BEFORE ME, the undersigned authority, a Notary Public in and forthe State of Texas, on this day personally appeared W. Bernard Whitney, Jr., known to me to be the same persan whose name is subscribed to the foregoing instrument, and acknowledged ta me #hat the same was the act of W. Bernard Whitney, Jr. and tha# they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of ��3�-Z3 p.T,�,E4tN LOPEST �O~ Y p4�n H�iy r YUtI� � I��$ * � . iarrant C�wnry �a r Notary iD #13389895-0 . � ''�oF�} �omml�lpn EXp. AUG. U8, 2028 Notary Public, State f Texas Name (printed): Notary's commission expires: SEWER FACILITY EASEMENT Rev. 20220420 Foe� H. Page 3 of 7 D223129014 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT , BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Renate Whitney, known to me to be the same person whase name is subscribed to the foregoing instrument, and acknowledged to me that the same was #he act of Renate Whitnev and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of 3-��-Z`� . � Y Pv� AUSTEN LOPES . � �-„ Notary Pubtlo-State of Texas * � * TartsM County �' }P Com�tlssryton Exp. AUG. O8, 2026 TFoitE Notary Pub ic, State of Te s Name (printed): Notary's commission expires: SEWER FACILITY EASEMENT Rev. 20220420 FoR_ r�WoRr_x.. Page 4 of 7 D223129014 ACCEP7ED BY: STATE OF TEXAS COUNTY OF TARRANT GRANTEE: City of Fort Worth b� Bu�Aluia{'f B�/ �SlgflatUfe�: Dana Burghdoff ( n 9, 202 8:49 CDT) (Print Name) �ana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY .�L�'„��rr� V/%Ls��z�C By (Signature): (Print Name) Matt Murray ETitie) Assistant City Attorney ACKNOWLEDGEMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of 7exas, on this day personally appeared Dana Burghdoff , Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corpora#ion, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND S�AL OF OF�'IC� this date of � U n 9, 2�23 [SEALj o,�p.RYPGe/ SELENA ALA 2 q � Notary Pubfic * b[7 * STATE OF TEXAS �, GV� +� Notary I.D. 132422528 9��FT`. My Comm. Exp. Mar, 31, 2024 SEWER FACILITY EASEMENT Rev.20220420 �.�«-� Selena Ala (Jun 12, 2023 08:43 CDT) Notary Public, State of Texas Name (printed): Notary's commission expires: FORTWORT . Page 5 of 7 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 D223129014 N.• 69.35197. 64 ' E.� 2313374. 73' L OT 24, BL OCK WESTCUFF CA8/NET �5, ,SLID P. R. T. C. T. :6935175.33" N.�6935180.09' •2313235.34" E.•2313292 02' C� oZ L1 � .. 1� Z t— Z� � ��m N.• 6935165.5J' E.•2313237.84' � �� O o � 1 H- W� Z� �Q S ., . � 6 N.•6935170.23"`� \��� E.• 2313294. - �. • 5' UTlLlTY EAS£MENT CAB. G, SL. 141 P. R. T. C. T. LOT 13 / N.� 6935149. J0 �\ N.• 69.3S1S9.54' E.� 2313481. 84' ,\ , E.• 2313487. 94' Page 7 of 7 .\ . r�� .�\\`��7� `\` i� i . . i i .,` ,,\ � L5_ ��� � LG � T /i 3, 233 SQUARE FEET ~ ' � i .i �. 0.0742 FEET � �-� /���� ' ��\ I/,4R/ABLE WlD TH SANITAR Y �0' AER/AL EASEMENT� � SEWER EASEMENT cAe. G, SL. 141 ��., ��., P R, r, e. r. W/LLIAM BERNARD WHIT/VEY, JR. � �� O 25 5Q \`�`• 100 44 � '�^'—''� _+T� N: 6935210.73' � •�0""SAN/TARY SEWER i �'�—� F 32 � £.• 23T 338217" , , �ASEMENT � � � �OL. 2265, PG. 525 r i i D. R. T. C. T. � i�� L2 .�� N.• 693516254' � ��� i \ � E.• 2313488. 54' �� �� i .: . � � . .� r �� � �L7 `. `. . r � i i � AlVD W1FE, RENA TE Wf ll iNEY � � � VOL. 6348, PG. 92 i i D.R. T.C. T. i.� J (FEET) LEGEND B. B. B. & C. R. R. SUR I/EY, ;; ...,.... EASEMENTLlNE ABS%RACT N0. 216 �� 1 in�h = 50 ft. .. ........ PROP£R7Y L/NE lRF ...,..,. IRLW ROD FAUND P.R, i,C T. ........ PLAT RECAPOS, TA RANT COY/NTI; 7EXA5 ��' OP,R.7.�f. ...,,.., Q47GYAL P[I6LlC RfGp4AS, TARRANT CO!/NTY, 7FXAS / / UTIL/TY EASEMENT ; ; LINE TABLE eAe. c, sc. �a� � � P R T c. r. i% L!lV£ BEARING LENGTH M7L ......,. YULUME / / 5 � AER/AL EASEMENT � �' � P� �������� PA� I/OL. 4864, PG. sso ��' L1 N85'11'45"E 56.88' INST. NQ .......` lNS7RUMENT NUMB£R O. R. T C. T. / / 5� 1/2'" lRF ,,��`. .. _ 934899. 67' E.• 2313341. S1' 5/8 "' � % i /�' L2 N71 '13'45"E 95.23' B[oCK 44 L3 S6537'25"E 176.78' WESTCLIFF CABINET G, SUDE 141 L 4 Sl l'12'S0 "W 3. 06' �\ ; P. R T C. T. � �;; L 5 S30'16'45 "W 12. 09 � � � ; ; cor �z i i L 6 N65 37'25"W 117. 61 ' i \ N.• 6934892 49' � E.•2313219.48' �.� p,Y E C�� 5.•P�c,sT. ,y.C� �;'' °�: � �';' <`1-,i'.�� r- . ' eR••.. � `� ru�� �� � /,��,� . '; BR1AN . WADE RPLS NO 6038 ,� �' r. o�/oe/2ozz `�',� � > `' f � , RE�ISED.• 08�30�2022 ���� ° <,- . � �� RE�/SED: 10�31�2022, RE►i/SED: 12�13�2t`R22 '� � �'' �f� �._�.:� .��,�,, L 7 S7> '13'45 "W 85. 19 ' L 8 S85'11 '45 "W 56. 45' L9 N14'13'15"W 10. >4' L>0 N14'13'15"W S.Di'' � VARIABLE WID TH BASIS OF BEAR/NGS.• STA TE PLANE COORDINA TE' SYSTE�f, SANI TAR Y SE TyER EA SEMENT NORTH TEXAS CENTRAL ZONE 4202, NORTN AMER/eAN �A TUM OF 1983, ADJUSTMENT REALIZA 710N 2011. CDORDINA TES SHOWN ARE GRID COORD/NA TES BASED ON TNE TEXAS STATE PLANE CDORDINATE SYSTEM. LOT � 3, BLOCK 44 WESTCLIFF RAYMOND L. GOODSON JR., INC. B.B.B. & C.R.R. SURV�Y, ABSTRACT N0. 216 12001 N. CENTRAL EXPY, SfiE 300 DALLAS, TX. 75243 CITY OF FORT WORTH, ?'ARRANT COUNTY, TEXAS 214-739-8100 — Ttg�Tlgin.c. co�nc SCALE 1"= 5D' DA TE 07�DB/2022 SHEET 2 OF 2 TEXAS PE REC #F-493 T9PELS REG # 100341-0o JOB ND. 2121. O1 D E-FILE 2121. 010SSE2 OWG NO. 27, 846X D223228168 12/27/2023 04:26 PM Page: 1 of 7 Fee: $43.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -���� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFlDENTIALITYRIGHTS: 1F YOU ARE A NATURAL PERSON, YOU MAYREMOVE OR STRlKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS lNSTRUMEIVT BEFORE 1T IS FILED FOR REGORD 1N THE PUBLIC RECORDS: YOUR SOC/AL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 3 SSE y! i.�`.�;^�Y �; Y �"' ,4, �^ p� � 4109 Ranier Ct � ��- ��" a� d i���a a� ��..r-e3�.�,s � WESTCLIFR ADDITION Block 44 Lot 12 �; .,: (�OOa� �d � �� ao y_L S� �� - -.� ,.. ,.� _,...�._--�_ STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRAN7 § CITY OF FORT WORTH SEWER FACILII"Y EASEMENT DATE: � GRANTOR: Car{ and Jade Bailev Livinq Trust, dated April 1, 2022; Carl Jacob Bailev and Jade Lyn Bailev, Trustees GRANTOR'S MAILING ADDRESS (including County): 4109 Rainer CT Fort Worth, TX 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to SEWER FACILITY EASEMENT FOR, _ T WORTH. Rev. 20220420 � �•�` D223228168 manhofes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any partthereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Faciliry. In no event shatl Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or buiEding, including, but not limited to, monument sign, pole sign, billboard, retaining wa11s, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surtace improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. P�ovided, however, that Grantee shaN not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10'h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The pe�son signing this document on behaff of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and considera#ion therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described pe�manent easement, iogether with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itse�f, its heirs, successors and assigns, to warrant and forever defend, all and singu3ar, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming o� to claim the same or any part thereof. This document may be executed i� multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singula� nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20220420 Foe_ T,�o�N. Page 2 of 7 D223228168 GRANTOR: Carl and Jade Bailey Living Trust, dated April 1, 2022; Carl Jacob Bailey & Jade Lyn Bailey, Trustees gy; l u I �� (Name) (Title) By: `�u�i e L � ��, � e ,� (Name) � �� � {Title) ACKNOWLEDGEMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Pubiic in and for the State of Texas, on this day personally appeared Carl Jacob Bailev, Trustee of Carl & Jade Bailey Livina Trust, known to me to be the same person whose narne is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Carl & Jade Bailey Living Trust and that they executed the same as the act of said entity for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of _ �or;1 6�' ZoZ3 [SEAL] �/ � Notary ublic, State of Texas Name (printed): �on v. ���k�a�► 5�� Zozy .� Y► JON VIHCENTRICKMAN Notary's commission expires: �1�9�s+ � � Notary ID p�126614859 � My Commission Expires �'t a AUgust 5, 2024 SEWER FACILITY EASEMENT Rev. 20220420 FoR� H. Page 3 of 7 D223228168 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jade Lvn Bailev, Trustee of Carl & Jade Bailev Livinq Trust, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Carl & Jade Bailev Livinq Trust and that they executed the same as the act of said entitv for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of irior:l 5'�` Zo23 . [SEAL] o<��'Y p 4 JON VINCENT RfCKAAAN z�� Notary ID #126614859 N, � My Commission Explres '?of�} August 5, 2024 SEWER FACILITY EASEMENT Rev. 20220420 � .� Nota ublic, State of Texas Nam (printed}: �o„ v. IZ�c.1�Mc�-n Notary's commission expires: AUy,�st ��''� 2oi�1 FoR_ r�W�o�xTH. Page 4 of 7 D223228168 ACCEPTED BY: STATE OF TEXAS § § COUNTY OF TARRANT § GRANTEE: City of Fort Worth , � �� By (Signature): � (Print Name) Ricardo Salazar (Title) Interim Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): �� �� (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ricardo salazar Interim Property Management Director of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth far the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of D2C 13, 2023 .�— [SEAL] Y PV AUSTEN LOPES N Public State f Texas :o� '�.� N�►�,aio-sr�s� ar� � # # T� � Name (printed): �,, +� Notary ID �1i3389895-0 Notary's commission expires: '�'oF�` CommbWon Exp. AU3. OB, 2028 SEWER FACILITY EASEMENT FORTWQR . Rev, 20220426 Page 5 of 7 D223228168 VARIABLE WIDTH SANITARY SEWER EASEMENT LOT 12, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT NO. 1539 B.B.B. & C.R.R. SURVEY, ABSTRACT NO. 216 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 1,486 square foot (0.0341 acre) tract of land situated in the B.B.B. & G.R.R. Survey, Abstract No. 216 and the T. Taylor Survey, Abstract No. 1539, City of Fort Worth, Tarrant County, Texas, being a part af Lot 12, Block 44, Westcliff, an additio� to the City of Fort Worth, according to the plat recorded in Cabinet G, Slide 141, Plat Records, 7ar�ant County, Texas, and being a part of a tract of land described In a General Warranty deed to Carl J. Bailey and Jade L. Bailey, husband and wife, recorded in Instrument Number D217256738, Official Public Records, Tarrant Caunty, Texas, and being more particularly described as foltows: COMMENCING at a point on the northeasterly right-of-way line of Ranier Court (a 5Q foot right-of- way) for the south corner of said Lot 12, and the southwest corner of Lot 11 oi said Block 44; THENCE along the common line between said Lot 11 and said Lot 12, the folfowing courses and disfances: North 30"16'45" East, a distance of 303.65 feet to the POINT OF BEGINNING, THEfVCE over and across said Lot 12, the following bearings and distances: THENCE North 65°37'25" West, a distance of 145.79 feet to a point for corner; THENCE North 30'16`45" East, a distance of 8.80 feet to a point for corner; THENCE South 66°45'10" East, a distance of 146.12 feet to a point in the common line between said Lot 11 and said Lot 12; T1iENCE South 30°i6'45" West, along the common line betwee� said l.ot 11 and said Lot 12, a distance of 11.70 feet to the POINT OF BEGINNING containing 1,486 square feet or 0.0341 acres of land, more ar less. Basis of Bearings; State Plane Coordinate System, fVorth Texas Central Zone 4202, fVorth American Datum of 1983, Adjustment Realization 2011. � Brian R. Vi/ade RPLS No. 8098 a7roai�o�2 Revised:08-30-2022 Revised:l2-13-2022 �j t'�,� � � :. -�..r.�:,. P..•���;; rF••.6:-#y`�t ��:.�'E `,�9F�:y c�1 .. . ��; �. �s � t3:.�inhl.�1�1�lr�.... , , , i)f::. �'�'� v0:�.�'s.,,., .:. „ s" •. .p�7R,� ` ` `; ,,�\` {:. C'�'�l�'•,..' ''`.: •� ��C� �' �`�, � � t1 R'3 `� ,��i Page 6 of 7 Sheet 1 of 2 27,883X D223228168 � � � �i 5' UiIL/TY EASEMENT R �j9 N.• 6935152. 55' � ��` �' S E.•2313495.44' ��� ��p• � CAB. G, SL. 14T �{1. � �� �� � sq � P.R.T.C.T. ,� �P,� (�O• `\```\` �\�`.` N.•6935744.95"2 i / 5��`/0` �6'S�F'1'�fi�`;Q - .. p,gS�RPG `.�` �.�E•23�.�as�.00' � �p���l s2s ' -, , ���� ���� i i N.•6935094.89''�•�� L EGEND � � � � / . � �3 � E.• 2313629. 68' � ........ £ASENEN7 UNE � �, � �, ; -; �' , L 4 /�`0� � - .. PRGP£R7Y 11NE � � � iC / ' ` � � � � �\ � � 1RF ........ /RQV RQD FOdND � � v� ��C\ `i �' � � P.R. T. C. T. ........ AUT qFCA4p5, TARRANT Ln!/N7Y, IFXAS / �/ �� aPR.r.�r. ......., ortta�t rueucReawos, r,wR,wr / /�� � cavN�r, �x�s � j �. `. � 'vr.. ........ '�xuM£ 10� AER/AL EASEMENT � � �.� PC. ........ PAGL'' CAB. G, SL. 141 `. `. /MST. HO. ........ !NS/RUM£N� NUMBfJP p, R. T. C. T. `�� `' LaT 13 ;�;� 1, 486 SQUARE FE"E � ; O. 0.341 ACRES 70' UT/LlTY EASEMENT � � I/AR/ABLE W/OTH cAe. c, st. �4i �� SANlTARY SEWER P. R. T. C. T. � � EASEMENT i • I / / / / f� CARL J. BAILEY AND � JA17E L. BAILFY, � '`� LINE TABLE LINE BEARING LENG'TH 14� L 1 N65 :37'25"W 145. 79' Page 7 of 7 �� 5` AER/AL EAS£MENT �� HUSBAND AND W1FE VOL. 4864, PG, 960 � � lNST. NO. D2 7 7256 738 D. R, T. C. T, i i 0. P. R. T. C. T. � 0 25 50 1 QO '\�. \� � � � 4 ,�� ; � cor �� ��� �n�., (FEET) � � ��� B.B.B. & C.R.R., ,�� �h � 1 inch = 50 ft. � �� ABSTRACT NO. 216 ,�0 0� � � � � �� �� � � BLOCK 44 � / i W£STCL/FF u� �` � �� CAB/NET G, SLIDE y� �' � N.• 69.34B99, 87' ��_C, T, i tOT 76,�OK, E.•2313,i41.61' �,�• T�,=t BLOCK 45 �C�.'G�S�ER6��'�.�5, VYESTCLIFF ���� � ,;: CABlNET C, �; �.• �'°� j 'Wns�� ..• � SLIDE 141 "'api1P�.:41•"'�' . � .0 P,R. T. C. T. •" Ogi� ,r :� 5/8" /Rf" ...•�,����� " }\ `:'a�>,� i r �. or r� ;� .�`� 17"i .Q \ �yt:,',:' , ` .- �soqiy, -s.1� "�cF`,Q �'o oi N.• 6934854. 69 � 'S'T C� ��11 ��' E.•231,%310.11 � �p�G.p�, F'�c���`' W. MORGAN, �-q� �'. ABSTRACT ND. 1092 . BASIS OF BEAR/NGS.•STA7F PLANE CDORD/NATE SYSTEM, NORTH TEXAS CENTRAL ZONE 4202, NfIRTN AM£R/CAN DA TUM OF 1953, ADJUSTMENT REAL/ZAT10N 2D71. COORO/NA TES SHOWN ARF GR/D COORD/NA TES BASED ON THE TEXAS STA TE PLANE COORDlNA TE SYSTEM. �' �� LOT 1) i /�O/ ' ��cNNi c � �� E.� 2313623. 78' . . `. `.� �. `.� `. � `. . � . . . . � � L2 N30'16 45'E 8.80' L3 S66 45'10"E 146.72' L 4 S30'16 �45 "W 17. 70' � � -- - �'� BRIAN . , l�P 5 A/O. 8 07-08-20'22 REl9SED.• OB-30-2022, 12-13-2022 VARIABLE WIDTH SAN�TAR Y 5E WER EA SEMEN'T LOT 12, B�4CK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT �VO. 1539 RAYMOND L. GOODSON JR., INC. B.B.B. & C.R.R. SURVEY, ABSTRACT N0. 216 12001 N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 CITY QF FORT WOR7'H, TARRANT COUNTY, TEXAS 214-739-8100 rlg�rlgin,c.co�m. SCALE 1" - 50" DATE 07�08/2022 SHEE� 2 OF � TEXAS PE REC #F-493 TBPELS REC #100341-00 JOB NO. 2121.010 E-FILE 2121.OlOSSE3 �WG NO. 27, 883: D223228169 12/27/2023 04:26 PM Page: 1 of 3 Fee: $27.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records _H,��,,�,V �"�.Q�e.� MARV LOUISE NICHOLSON COUNTYCLERK Recording Requested By: NATIONSTAR MORTGAGE LLC DBA MR. COOPER When Recorded Return To: NATIONSTAR MORTGAGE DBA MR. COOPER RELEASES P.O. BOX 619092 DALLAS,TX 75261-9947 � ������ ����� ����� ����� ����� ���� ���� d��� ���� ��� �A�� ���d �� ���� PARTIAL RELEASE OF LIEN � i`; i rti +_, r q;. , NATIONSTARMORTGAGE#:""*'"""41PR"BAILEY" Tarrant,Texas �,_. 1= 7�, d',; MIN#:100984001121022202SIS#:1-688-679-6377 ,.;�; �p�o/�?a3ob�ay_LS�� KNOW ALL MEN BY THESE PRESENTS; That for value received, MORTGAGE ELECTRONIC REGISTRATION SYSTEMS, INC. AS BENEFICIARY, AS NOMINEE FOR STAR RESIDENTIAL LENDING, INC. ITS SUCCESSORS AND/OR ASSIGNS holder of the Deed of Trust, whose parties, dates and recording information are below, does hereby acknowledge partial payment and satisfaction of the same, and in consideration thereof, does hereby reconvey, without warranty, to the person or persons legally entitled thereto, the estate, tiUe and interest now held by it under said Deed of Trust in Tarrant County, State of Texas. Original Borrower: CARL J BAILEY AND JADE L. BAILEY, HUSBAND AND WIFE Original 8eneficiary: MORTGAGE ELECTRONIC REGISTRATION SYSTEMS, INC. AS BENEFICIARY, AS NOMINEE FOR BLUE STAR RESIDENTIAL LENDING, INC. Dated: 05/24/2021 Recorded: 05/28/2021 in Book/ReellLiber. N/A Page/Folio: N!A as Instrument No.: D221153691 Legal: See Exhibit "A" Attached Hereto And By This Reference Made A Part Hereof Property Address: 4109 RANIER CT, FORT WORTH, TX 76109 This is a partial release, however, and appl'�es only to the above described property, it being understood that the aforesaid liens shall remain in full force and effect as to the other property described in said instruments. IN WITNESS WHEREOF, MORTGAGE ELECTRONIC REGISTRATION SYSTEMS, INC. AS BENEFICIARY, AS NOMINEE FOR STAR RESIDENTIAL LENDING, INC. ITS SUCCESSORS AND/OR ASSIGNS, whose address is 11819 MIAMI ST, SUITE 100, OMAHA, NE 68164, by the officer duly authorized, has duly executed the foregoing instrument. MORTGAGE ELECTRONIC REGISTRATION SYSTEMS, INC. AS BENEFICIARY, AS NOMINEE FOR STAR OnSIDEpI��NG, INC. ITS SUCCESSORS AND/OR ASSIGNS U By: �t 11 TSEDALE A EMU, Vice-President 'CB2'CB2NATT'10/30/202308:37:39AM'NATT0INATTOOOOOOOOOOOOOOD44958748'TXTARRA""""'47PRT%TARRA PART TRUST REL "CB2NATT' D223228169 PARTIAL RELEASE OF LIEN Page 2 of 2 STATE OF Texas COUNTY OF Denton On Q.�T 3 O YOY3 , before me, VALENCIA METCALF, a Notary Public in and for Denton in the State of Texas, personally appeared TSEDALE ALEMU , Vice-President of MERS BLUE STAR RESIDENTIAL LENDING, INC., personally known to me to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herttheir authorized capacity, and that by his/hedtheir signature on the instrument the person(s), or the entity upon hehalf of which the person(s) acted, executed the instrument. WITNESS my hand and fficial se I, Q� � � V CIA MET ALF Notary Expires: 02/28/2027 #128535414 `„uur,. : 4�YPVp�i� �ALENCIq METCAIF � =?°' n: Notary public, State of Texas - .��y� ;�;F•.. �,; Comm. Expires 02-28-2027 ''•�°����" Notary ID 128535414 (This area for notarial seal) Page 2 of 3 'CB2'CB2NATT•10/30@023 09:37:40 AM' NATTOINATTOOOOOOOOOOOOOOD495B748'TXTARRA• •••"'••41PR TXTARRA_PART_TRUST_REL '"CB2NATT" D223228169 Exhibit "A" Legal Description �i� � � �A� squar�:is�n[ �ta.�33�i ��r�j ir,�! ei� i�5d , rn � ����4.� i�l� �il�t+�rs �4bstract No. �1� artid tt��T. Tay� �un��}r. �kbs�i �a.'tC� ��r.� F� t��, ��re�eit�aua��, "1'e�r&; Geiru� at �aui �af Lat 1�, i�ack 6�, YV�sdr�F� �rt a��l�n i€r #�+�I[�►� ��14Ft�'�, �ard�n� t� tha plal r�ceard,a�d iri �ab�nei �G, Slide f+�1. Pf�.4�o T�rra�rt:l�i��y,T�6.�a�e��sF�p � p�rt�r�a��t�a�ntidns�ritaad���+�?�rat�a�er�nty��tk�+�eui;! �arwl;�►�a.L.�y� Au�f�and a�td wlf�; �r#I� ir� frt�5t�tltn�n� �J�lla�'. ���� �at �biG �. `�rrailt C�u€�@X, "��aFa�; x�d Lw�rt� ntr� p�eu�io�ailyi ��r� as�� t�9�fAiI��F�� �� pn�5E on It�3d� r�wlh�s+uB�t iiyflt�v� 1� �i ���1K �8 �C7.f�t �g�t.�� w�F1 �� ��ufh car�,i�r o� �aod ixsE 1�; :�nd ��at �` � lnk ti Qf r�i �k�e4, "f'H�� �1�n� i���rtr�ri � ��lwv� �i;�t #1 � � �it:i� 3E�.��� ��s ���' Nti�ltt.3C�1.�`$� �ast; e� e�i�IQ� �of �;�1�t %s.� �7� t�F �S�11H�U� '�'#i�#� o+��C a�� �� �iQ i�t 12, ;lhe tn�pi� 6�rir�s �nel ilie�nc�: '�Ii1�N� #s�orth �y�'�" X�4'�st. � di�ta►wne a� �+�3���et �, a �t<� ��me€; . .�i'�i�s.� �G1Efk �i}�$�+i�rt �8�r $ i��s1F1C�- d��.�"�� �i� �F6ii�'�f ��l91'"�` 'iii�1+�E SeiW95'�°�#:5'lt}'' �arst', 8�l�tBsrlC� di ]#�:i�'ieettO S�iT113t�.tk��or�sn.�a b9i�ia�r� �ii�f !n� 11 �d s�iiii L�ri 'I �; 'fFtEh1�E S�tf� 34"i5'4fi" W�i� �l�ar� 1h� �t�m�sc�� �e �aan a.� L�t "t f�d sed� [�a€ a�; a di�sn�c� of i� 3fl Ce�9 ta !h� i+41N1" Ei� 0[f�Ii�'�3rif�lee� 1:�4L �r�f�s[ twt i�,�1 �raa� �f ��t�, mqF� �r leua: �sis ot �a�tin6e;: �ads:P'J��re �o►dis�te �. t,�i�iii Teae�:�rF �� ��ci2;' h%e�a ���Mr� �aium �t 198�l� �u(ill�e�rl f��t� �€F��. Page 3 of 3 D224082174 05/10/2024 02:32 PM Page: 1 of 7 Fee: $44.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTtALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STR/KE ANY OR ALL OF THE FOLiOW/NG INFORMATION FROM TH/S NVSTRUMENT BEFORE IT IS FILED FOR RECORD /N THE PUBLIC RECORDS: YOUR SOCIAL SECURtTY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 R• �-, � Parcel No. 4 SSE ' �-� � ` ~ ' ` � ` ,,,�,�` 4117 Rainer Ct '�- � �()(J/�'�,�OD�t-�3 �LS.�C WESTCLIFF ADDITION Block 44 Lot 11 -- �' �---_—"-. _� STATE OF TEXAS � COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: 1 l J ?iO �i� GRANTOR: Lu Pham GRANTOR'S MAILING ADDRESS (including County): 4117 Rainer Ct Fort Worth, Tarrant County, TX 76109-5026 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Faci(ity, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev.2022�420 Foe� x. D224082174 under and across a portion of the Easement Property, more fulfy described in Exhibit A and Exhibit B, attached he�eto and inco�porated herein for all perEinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pote sign, billboard, retaining walis, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property at Gran#ee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10t'' anniversary o# the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or ta claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20220420 Fos� H. Page 2 of 7 D224082174 GRANTO � � � � r� i: r- — _ (Name): �nn.c. � ��26'u� Title: u Pham and Anna X. Pham, Title: ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Lu Pham, known to me to be the same persan whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Lu Pham and that they executed the same as the act of said individual for #he purposes and consideration therein expressed and in the capacity therein stated. ,__ ��, a� �' GIVEN UNDER MY HAND AND`SE OF �F� ICE th's '� [SEAL] .�e�'"�e LAVONNE S KEITH ot ry Public, ateofTexas ` �P ) x° � Notary Public, 5tate of Texas Na e rinted : �?�� [omm. Fxpires 03-31-2D28 Notary's commission expires: ��oF� NotarylD7377938 ACKNOWLEDGEMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Anna X. Pham, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me ihat the same was the act of Anna X. Pham and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND EAL F OFFfCE th''"� the da o��"�"' '�..3 �i� j� ! - �✓ oP,RYP(ie LAVONNE 5 KEITH State af Texas 4 PlotarY Public, State of Texas No ry Public, = Y ires 03-31-2028 Name (printed): �, � e Comm- ExP Notary's commission expires: ���oF� Natary 1D 7377938 SEWER FACILITY EASEMENT Rev.20220420 Foe� H. Page 3 af 7 D224082174 ACCEPTED 8Y; STATE {3F TEXA3 COUNTY OF TARRANT GI2ANTEE: City of Fort Worih By (Signature): (Print Name) �ana Burghdo iTi�e� Assistant City Manager APPROVED AS TO FORM AND LEGALITY ..���_� ..��� By (signature): (Print Name) Matthew Murray �'itle) Assistant City Attorney ACKNQWLEDGEMENT § § § B�FORE M�, the underslgned au#harity, a Notary Public in and for the Staie of Texas, on this day personally appeared Dana Burghdoff Assistant Cit�,Manager of the City of Fort Worth, a Texas fiame rule municipal corporation, known fo me to be the same person whose name is subscribed to the foregoing instrument, and adcnowledged fo me that the same was the act of the City of Fort Worth and thaf they executed the same as the act of the Caty 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 Apr 17, 2024 [s�a�a AUSTEN L4rES =o` ��4� t�lotary Pudb3hts d Ti�ar r Tansnt Cou�l � Notary 10 �133�SiA5-O '+�•• } Gmmh�bn Et�. AUG. M. � s6wER FACILITY EASEMENT Rev.20Z20420 No ry PubJic, State of exa Name (printed): Notary's commission expires: Foxr Wo�rH,. � Page 4 of 7 D224082174 VARIABLE WIDTH SANITARY SEWER EASEMENT LOT 11, BLOCK 44 WESTCLIFF T. TAYLOR SURYEY, ABSTRACT NO. 1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 1,980 square foot (0.0455 acre) tract of land situated i� the T. Taylar Survey, Abstract No. 1539, City of Fort Worth, Tarrant County, Texas, being a part of Lot 11, Block 44, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Cabinet G, Slide 141, Plat Records, Tarrant County, Texas, and being a part af a traci of land described in a Warranty Deed with Vendor's Lien to Lu Pham, recorded in fnstrument Number Q202156696, Official Public Records, Tarrant County, Texas, and being more particularly described as follows: COMENNClNG at a point in the northeast right-of-way line of Raniec Cou�t (a 50 foot right-of- way) for the south corner of Lot 12, of said Block 44 and the southwest corner of said Lot 11; THENCE along the common line between said Lot 11 and said Lot 12, the following courses and distances: North 30°16'45" East, a distance of 363.OQ feet to the POINT OF �EGfNNING; North 30°i6'45" East, a distance of 11.70 feet to a point; THENCE South 66°45'10" Easf, over and across said Lot 11, a distance of 151.21 fee# ta a point on Ehe common line beiween said Lot 11 and Lot 10, of said Block 44; THENCE South 30°16'45" West, along the common line between said Lot 11 and said Lot 10, a distance of 14.69 feet to a point; THENCE North 65"37'25" West, over and across said Lot 11, a distance of 150.87 feet to the POINT OF BEGINNING, containing 1,980 square feet or 0.0455 acres of land, more or 1ess. Basis of Bearings: State Plane Coordtnate System, North Texas Centrai Zone 4202, North American Datum of 1983, Adjustment Realization 2011. 1 Brian . Wade RPLS No. 6098 04/21 /2022 Revised:08-30-2022 �" ;���o}'..r���C �P G�ST�� �. t � �J.' 4'� cl� �U �•{CC� P�i . .... .... ..................... BRIAN R.'�VAD -L- . �.q..,.609f3. .. � { -., ? ,s;: t� ,`�,^ JE-�SS�`�` J�.�� v ••� ���U �`��%/ Sheet 1 of 2 27,884X Page 5 of 7 D224082174 Page 6 of 7 0 25 SO 10� � ' N.•6935094.89" `� �� �� (FEET) �` `, £.•2313629.58' ,��� o''�' , ,-` � � , �. ��� � S'q,�,� '-��� �_ 1 inch = 5d it. T,Q --------- _ _� ` , L l \` `O` � 6,S���tiT ��%�` ---- � \`�� \\�� ` c R 5" UTILITY EAS MENT ���J. s�s CAB. G, SL. 141 ```�\�`�`.� N.•6935�84.79' P.R. T.C. T. / .\ .\ E.• 2313623. 78' A� �2 �, N: 6935035. 22' ��� ��� � E.•2.i1.37&8.60' .� \ .�` .� .\ 10' AER/AC EASEMENT-1��� �� �c����tic '�� CAB. G, SL. 14J �. `.\ � P. R. T. C. T. `� � �,� � LEGEND ��� ��� � . . ........ FASEAI£NT UNE �`� ��� N.• 6935022.53' ........ PRCWERTYUNE ��. �` £.•2373761.79' /AF ........ IRQY RLYJ FQVND 1, 980 SQUARE FEET P.R.T.C.7. ........ PUT R£CCWOS TARRANT Cp/N1Y, �X�s � 0. 0455 FEET O,PR.T.C.T. . Q�FIGYAL PUBUC RECARaS TARRANT `' CIX/NTY, TFXAS h. VARIABLE W/DTH � :;;:;::: PtKY�UUE �� 0� SANI iAR Y SEWER INST. MO. ........ W57RUA/£NT NU.VBER 0 EA SEMEN T �. �h �'� cor �z �'�• B. B. B. & C. R. R., � ABSTRACT NO. 216 LG � � `\�' ;\�� , .� � o r- T� �. ,`P.�'�ytS7Fq�•.-�- `, �:'2�' �'� Fp•.9 153g � �, ������' .... °�' .cP E�RIAN,F'r: WAD[c .. �'•,�, 6498 �.',.. '9� �'n�Fs51���Cjri �'�S'u�vE� � � PBS.� P 07/OB/2022 REl9SED: OB-30-2022 5/a �� lRF �, o�y �`s� ��'i� F��� cor �s, LOT 10 %'Q '�'c� BLOCK 45 yT� CO WESTCLIFF N.• 6934854. 69' �� ��%' CAB/NET G, � E.•23f33f0. fJ' �� J P. R. T. C. T. N.• 6934899. 67' BLOCX 44 E,• 2313341. 61 ' WESTCLIFF JRF _ _CAB/NET G, SLlD£ 141 P. R. T. C. T. LOT fl W. MOR�AN, A ABSTRACT N0. 1D92 BAS/S OF B£AR/NGS.• STA TE PLANE COORDIlYAT£ SYSTEM, NORTH iL�XAS CENTRAL ZONE 4202, NORTN AMERICAN DA 7UM OF 1983, ADJUSTMENT REAL/ZAT/ON 2011. COORD/NA TES SHOYYN ARE GR/D COORONYA TES BASED ON THE TEXAS STA TE PLA/VE COORI�lNA TE SYSTEM. LINE TABLE LINE BEARING LE/YGTH L 1 N30'l6'45'E 11. 7�' L2 S66 45'10'E 159. 21 ' L3 S30'16'45"W >4.69' L 4 N65 37'25 ""W 150. 87' L U PHAM /NST. ND. 0202156696 D. R. T. C. T. aR� VARIABLE WID TH SANITARY SEWER EASEMENT LOT 1 �, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, Ab5'TRACT N0. 1539 CITY OF FORT WORTH, T.4RRA1�1T COUNTY, TEXAS RAYMOND L. GOODSON JR., INC 12001 N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 214-739-8100 rtg�rlginc. co�rc SCA TEXAS PE REG #F-493 T9PELS REG #>00341-00 ✓OB D224082174 Page 7 of 7 CONSENT OF BENEFICIARY Alamo Title GF# 6000182300203-LSK MERS Phone: 1-888-679-6377 MIN:100820981855238546 Mort�a�e Electronic Re�istration Svstems, Inc., as beneficiary, as nominee for Caliber Home Loans, Inc., its successors and assi�ns , is the current beneficiary of a Texas Home Equitv Securitv Instrument dated September 9, 2016, executed by Lu Pham, a married man, to Thomas E. Black, Jr., Trustee, as recorded September 14, 2016 in clerk file No. D216214871 in the Real Property Records, of Tarrant County, Texas, hereby consents to the foregoing Sewer Facility Easement executed by Lu Pham, to Citv of Fort Worth, and joins in the execution hereof as beneficiary and hereby does agree that in the event of the foreclosure of said Texas Home Equity Securitv Instrument, or other sale of said property described in said Texas Home Equitv Securitv Instrument under judicial or non-judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS 25th DAY OF March , 2024. Mortgage Electronic Registration Systems, Inc., as beneficiary, as nominee for Caliber Home Loans, Inc., its successors and assigns _� By: Edward Best- Assistant Secretary STATE OF South Carolina} COUNTY OF York BEFORE ME, the undersigned authority, on this day personally appeared Edward Best , as, Assistant SecretarY for Mort�a�e Electronic Re�istration Systems, Inc., as beneficiary as nominee for Caliber Home Loans, Inc., its successors and assi�ns, known to me to be the person who acknowledged to me that they executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said beneficiary. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 25th day of March, 2024. MARI ANNE SCINSKI Notary Public-State of South Carolina My Commission Expires Octobes 14, 2031 � Mari Anne Scinski Notary Public, State of South Carolina My commission expires: October 14, 2031 D223204629 11/15/2023 12:50 PM Page: 1 of 9 Fee:, $51.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -���� MARY LOUISE NICHOLSON COUNTY CLERK NOT/CE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE 1T IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 1027$3 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 5 SSE 4129 Rainer Ct ��'�.`� �,��4'Sc;•' � , � ' � t�; f �r`d'�;=, �•H `;r WESTCLIFF ADDITION Block 44 Lot 10 � ��� :�dddi�'a3oa�v�^�L S� STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: `� ��/ ��3 GRANTOR: Timothv B. Hadden & Julie A. Hadden GRANTOR'S MAILING ADDRESS (including County): 4129 Ranier Ct Fort Worth, TX 76109-5026 GRANTEE ;` CITY OF FORT WORTH � GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached �xhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Faciiity." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipefines, and junction boxes in, upon, SEWER FACILITY EASEMENT FOR�T�rW■�ORTH. Rev.20220420 � S � D223204629 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached hereto and incorporated herein for all pertinent purpases, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpase of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no evenf shall Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surtace improvements do nat materially interFere with the rights granted hereunder. Grantee shall be obligated to restore the surFace of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surFace improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10�� anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price wifl be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal autharity to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or ather authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together wi[I constitute one instrument. When the context requires, singular nouns and pronouns include the pfural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20220420 FoR_ r�H. Page 2 of 9 D223204629 GRANTOR: Timothy B. Hadden 8� Julie A. Hadden, a Married Couple By: (►vame) ��`� `-�� c�--e-v1 (Title) By: (Name) ���9�% //������/ (Title) STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Timothv B. Hadden, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknawledged to me that the same was the act of Timathv B. Hadden and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. G1VEN UNDER MY HAND AND SEAL OF OFFICE th' the date of r2-z� �; [SEAL] 4� pve q�g�"""N S ary Public, State Tex :°�4„ NotaryPubHaSlateafTexM Name (printed): ; +r NMary D��33898A5-0 Notary's commission expires: ��p`�' Commistlon EX�, AUl3. 08, Z02� SEWER FACILITY EASEMENT Rev. 20220420 FoR� x. Page 3 of 9 D223204629 ACKNOWLEDGEMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Julie A. Hadden, known to me to be the same persan whose name is subscribed to the foregaing instrument, and acknow[edged to me that the same was the act of Julie A. Hadden and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFI E this the date of � - Z- Z [SEAL] tary Public, te of Texas � � P� AUSTEN l.QPES Name (printed): � � �ryp�a���� Notary's cammission expires: ; �"� }= NotsTryelD �1338989'S-0 ''�'oa Commis�loll E�. AUG. 08, 202Q SEWER FACILITY EASEMENT Rev. 20220420 Foe,� H. Page 4 of 9 D223204629 ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRANT GRANTEE: City of Fort Worth ♦ Dana Burandoff B�I �SlgnCalUrG). Dana6urghdoff(Ott3 ,202310:47CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY ����� �i� By (Signature): (Print Name) Matt Murray (rit�e) Assistant City Attorney ACKNOWLEDGEMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff AssistantCity Mana�er of the City of Fort Worth, a Texas home ruie municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of OCt 31, ZO23 [SEAL] • ��� Selena Ala (Oct 31, 202310:52 CDT} O,�p,RY P/�e/ SELENA ALA _ � Notary Public + � + STATE OF TEXAS � ��V Q Notary I.D. 132422528 ��flF"� My Comm. Exp. Mar. 31, 2024 SEWER FACILITY EASEMENT Rev. 20226420 Notary Public, State of Texas Name (printed): Notary's commission expires: FORTWORT , Page 5 of 9 D223204629 VARIABLE WIDTH SANITARY SEWER EP►SEMENT LOT '10, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT NO. 'l539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 2,666 square foot (0.0612 acre) tract of land situated in the T. Taylor Survey, Abstract No. 1539, City of Fort Warth, Tarrant County, Texas, being a part of Lot 10, 81ack 44, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Cabinet G, Slide 141, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a General Warranty Deed with Vendor's Lien in Favor of Third Party to Timothy B. Hadden and Julie A. Hadden, Husband and Wife, recorded in Instrument Number D213028161, Official Public Records, Tarrant County, Texas, and being more particularly described as foliows: COMMENCING at a point on the northeast right-of-way line of Ranier Court (a 50 foot right-of- way) for the south corner of Lot 11, of said Block 44 and the southwest corner of said Lot 10; THENCE along the common line between said Lot 10 and said Lot 11, the following courses and distances: North 30°16'45" East, a distance of 319.09 feet to the POINT OF BEGINNING; North 30°16'45" East, a distance of 14.69 feet to a point; THENCE South 66°45'10" East, over and across said Lo# 10, a distance of 164.38 feet to a point on the common line between said Lot 10 and Lot 9, of said Block 44; TFIENCE South 34°00'45" West, along the common line between said Lot 10 and said Lot 9, a distance of 22.63 feet to a point; THENCE over and across said Lot 10, the following caurses and distances: North 27°03'S8" West, a distance of 7.15 feet to a point; North 65°37'25" West, a distance of 156.48 feet to the POINT OF BEGINNING, containing 2,666 square feet or 0.0612 acres of land, more or less. Basis of Bearings: State Plane Coordinate System, North Texas Central Zone 4202, North American Datum of 1983, Adjustment Realization 2011. � Brian R. Wade RPLS No. 6098 07t08/2022 Revised:08/30/2022 .4"� 0 F T� ,�p?;��GtSTER'••: �` �:' P �,1� �a 9cS� ....................: . . ...[3FilAN R. WADE <:;.�..,6�96 . P4:; ...1 ��� SUf��� � Page 6 of 9 Sheet 1 of 2 27,875X D223204629 Page 7 of 9 0 25 50 100 N.• 6935035.22�'�� �+ ��' E.- 2313768. 60" � � �' � tQ�' �o �N/Tq�, (FEET) ��, Q� ��,,` � � SF�p��F`y�.� 1 inch = 50 ft. � ` ��FT S�s `� N.• 5935022. 53" � `�`.`\ `.\\ E.•2313761.19' ,p �2 � � N.•6934970.3, 1D" AER/AL EASEMENT � �/yT ��,2,�13919.61 \���`; ��\\ CA PR.T.C..T141 'FG'j,L,�p� ` .,``� �. 1 . . i,y�, S LEGEND\\\���� ��� � ......., £,esEM�vr uN£ �`� `� lV.• 6934957. 96" ..... PRGWER7Y UNE � � . /RF ........ 1RQV RQO fOUND � � ` � � \ E.• 2313903. 70 � P.R.7.CT. ........ PUT R£CGVt05� r�avT �N�; �X�S �� �. 2, 666 SqUARE FEET ( 4-- O.P.R.T.C.L ........ 01�}7pAL Pf/BUC R£CGYPOS TARRANT 1� 0. 0612 ACRES kx. ........ kxu E��s �� , \�' I/,qR/ABLE WIDTH N.•6934951.59' 0� °� SAN/TARY SEWER £.•2313906.95' PQ ........ PAC£ O /NST. NO. ..,..... /N57RUN£NTN4MB£R p�`L ��. EAS�MEIVT / ^� 77MOTHY B. HADDEN ��� ��� AND JULIE A. HADDEIV, `.\ `.� HUSBAND AND WlFE /NS7: N0. 0213028161 \\��� ~��� +'� O.P.R. T.C. T. `.� `� �D�h T. TAYLOR, ��� ���\ �O�° ABSTRACT N0. 1539 ��� �. W. MORGAN, �� � ABSTRACT N0. 1092 ��� l � cor r> N.• 6934899. 67' E.� 231334 �. 61 ' „ lRF LOT 10 BLOCK 44 WESTCLlFF ET G, SL/D£ P. R, T. C. T. A O/ 5/B" /RF� ��'�F� � LOT 19, `s�'q'LiF�'�ti� \ BLOCK 45 'f'%'S' INL�STCUFF yT� CO CAB/NET G, �� ��J. SLIDE 141 N.• 6934854. 69 ` �'9 � P• R. T. C. T. E.• 2313.�10. l l ' BAS/S OF B£AR/N6S.• STA TE PLANE CpOROINATE SYSTEM, NORTH TEXAS CENTRAL ZONE 4202, /VORTH AMER/CAN DA TUM OF 1983, ADJUSTMENT REAUZA 710N 2011. COORD/NA TES SHOYYN ARE GRID CODRD/NA TES BASEO ON THE TEXAS STATE PLANE COORD/NATE SYSTEM. RAYMOND L. GOODSON JR. , INC. t 2001 N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 274-739-8f00 $CA Tlg�rlgi�,c. co�m. TEXAS PE REC #F-493 TBPELS REC #100341-00 �OB LOT 9 •\ �- � V V' � ,��,......o� rs J �' �� G �,.nT F�S'�;�-t. S 'a• .,,. }.� o'�.v .r ..�R�aN R ,�A��' �{ p�0�� S�9oNP`.' •�'. �SURVE�UQD/ 07/08/2022 R£VISED: 08/30/2022 LINE TABLE LINE BEAR/NG LENGTH L1 N30'16'45"E 14.69' L2 S66 45'10"E 164.38' L3 S34 00 45'"W 22. 63" L 4 N27 03 58 "W 7.15' L5 N65 37'25'"W 156. 48' VARIABLE WID TH SANI TAR Y SE WER EA SEMENT LOT �0, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT N0. 1539 CITY OF FORT WORTH, TARRANT CQCTNTY, TE�AS D223204629 ������� CONSENT OF LIEN HOLDER Alamo Titte GF# 6000182300202-LSK BOKF, NA dba Bank of Texas ("Lien Holder"), is the current lienholder of a Mortgage Deed of Trust dated Mav 21. 2015 , executed by Timothv B. Hadden and Julie A. Hadden, husband and wife, to Ben Cowen, Trustee, as recorded Mav 27. 2015 in clerKs file No. D215110956 , in the Real PropertyRecords,of Tarrant CountyTexas,herebyconsentstotheforegoingSewerFacility Easement, executed by _Timothv B. Hadden & Julie A. Hadden. to City of Fort Worth and joins in the execution hereof solely as Lien Holder and does hereby agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage and below under judicial or non-judicial proceedings, the same shall be sold subject to said Easement. � ��� + SIGNED AND EXECUTED THIS DAY OF \� L(.. 1. t 2023. STATE OF C3k���o•*.�.} COUNTY OF�T��S'�- } BOKF, NA dba Bank of Texas By. ��► ►/I/���'1�LGz ,/� ",�1,��. , �hristina G. Frey Assistant Vice President BEFORE ME, the undersigned authority, on this day personally appeared C}'�'�S'��^� C� `�'h�1.,, as, fl�P for BOKF, NA dba Bank of Texas,�known to me to be the person who acknowledged to me that they executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS � Y day of ���� . 2023. Notary PubNc ' 3tate ot Oktghoma .: RtCK HAYE$ Tl�tBA COUNTy .. ,, CU(dM13S10N �11011050 Comm. Exp. 12-07-2023 ,r-, — Notary Public, State of My commission expires: Page 8 of 9 D223204629 Page 9 of 9 PNC Sank M1�.A. as successor. by CONSENT OF LIEN HOLDER merger io Cornpass Bank %//j' Alamo Title GF# 6000182300202-lSK l�� I���iYG�s�i����IX {"Lien Holder'), is the current lienholder of a Mortgage Deed of Trust dated Seatember 28, 2016 . executed by Timothv B. Hadden and Julie A. Hadden, husband and wife1 to Ben Haves Ri��s, Trustee, as recorded October 27. 2016 in cferk's file No. Dz162S2213, in the Real Praperty Recards, of Tarrant County Texas, hereby cansents to the foregaing Sewer Facility Easement, executed by , Timothv B. Hadden & Julie A. Hadden. to Citv of Fort Worth and joins in the execution hereof safely as Lien� Holder and does hereby agree that in the event of the foreclosure af said mortgage, or other saEe of said property described in said mortgage and below under judicial or non- judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS � 6th DAY OF �ctober ,�nj3 �S ��w���� PNC Bank N.A. as sllccessor by merger tQ Compass Bank BY�. ` (,�1i =�� Gary Fisher, Authorized Signer STATE OF Ohio . } COUrvTY oF Cuyahoga� pNC Bank N.A. as successor y merger to Compass Bank � BEfORE ME, the undersigned 'authority�on this day personally appeared Gary Fisher , as, Authorized Signer for , known to me to be the person who acknowledged to me that they executed the same fo� the purposes and :consideration therein expressed, in the capacity therein stated, as the act and deed of said Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS ��t� day of flc#ober , 2023. � _.. � � ' � - — Notary Public, State of Ohio Rahfeai Bryant My commission expires: `_O'�pRYs�9; RAHFEAL BRYANT, NOTARY PUBLtC = �--������ii� `; Residence - Cuyahoga County --, �_: `*�°��:*'s State Wide lurisdiction, Ohio '..,�;`x �' o; Expiration Date luly 13, 2027 .. r��.�=�:.,_ '"'��"oF o?. 2022-RE-851409 D223153636 08/2512023 10:55 AM Page: 1 of 6 Fee: $39.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� . MARY LOUISE NICHOLSON COUNN CLERK NOTICE OF CONFIDENT/AL1TY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM TH/S /NSTRUMENT BEFORE /T /S FlLED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOC/AL SECUR/TY lVUMBER OR YOUR DR/VER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 6 SSE �L�� ��� �.�.�= �!�����+�'�y� 4141 Ranier Ct � __O�S,� WESTCLIFF ADDITION Block 44 Lot 9 �::'� STATE OF 7EXAS COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS � CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: by f 13 �?3 GRANTOR: Huqh Miller GRANTOR'S MAILING ADDRESS (including County): 4141 Ranier Ct Fort Worth, Tarrant County, TX 76109 GRANTEE: CITY OF FORT WORTH. GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY,. TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility hereafter referred to as "Facility" The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev. 20220420 FoxrWox . ..,:7 -,,,:,::�-,-�==r��.�._,,, _ -,,,.-�-�,:�..4,,..�-- - _. D223171304 09/22/2023 08:48 AM Page: 1 of 6 Fee: $39.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF COIVFIDEIVTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STR/KE AIJY OR ALL OF THE FOLLOW/NG /NFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 9 SSE e� . 4213 Ranier Ct ��� � �t ,� t� ` ; �'; ;" �,.��°'� �, .� � ;� ', �,�, : .. i ��' . � : � = i`"i"�, ! � WESTCLIFF ADDITION Block 44 Lot 6 �� ���a/ ,� d p -r'j'�..�5,� --�---.w.. STATE OF TEXAS COUNTY OF TARRANT � § KNOW ALL MEN BY THESE PRESENTS' � CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: T�v C�[�ST 22 � �Z.3 GRANTOR: DrV Real Estate, LP GRANTOR'S MAILING ADDRESS (including County): 4255 Bryant Irvin RD STE 203 Fort Worth, TX 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10_00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PRC}PERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B_ Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, opera#ion, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Faciliiy, hereafter referred to as "Facility.° The Facility includes all incidental undergraund and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev.20220420 Fo��r_ t�vox,rx, _ _-- _ _--T. . , . .---.- r- ------- . � . . . .. . . . D223171304 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached hereto and incorporated herein for all pertinent purposes, tagether with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose af constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permi# to be erected within the Easement Property a permanent structure or building, including, but noi limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoratian of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actuai progress made toward the use for which this properly interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unta Grantee, its successors and assigns, against every person whomsoever lawfully claiming or ta claim the same or any part thereof, by, through or under Grantor but not otherwise. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural_ [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20220420 FoRr_ ti�K, Page 2 of 6 D223171304 Page 3 of 6 GRANTOR: Dry Real Estate, LP, a State of Texas limited partnership By: Dry RE Management, LLC a State af Texas limited liability company Its General Partner By: (Name) �IG��cEI, 1�-�l� (Title) � F J�►���.. ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Michael Drv, Member of Dry RE Management, LLC, known to me to be the same person whose name is subscribed to the faregoing instrument, and acknowledged to me that the same was the act of Dry Real Estate, � and that they executed the same as the act of said Dry Real Estate, LP for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of �_s�~ 22 ,2�1L3 . [SEAL] �`"�" °"4� anE��aN oAv�s Notary fD # 132534881 My Commission Expires s,+� � �*� June 23. 2024 SEWER FACILITY EASEMENT Rev.20220420 IVotary ubl' , tate of Texas Name (printed): Notary's commission expires: �123�2�,'� Fa�r�. _ i , — - - - - - - - � -- - _ _-- � __ _ . -- - D223171304 Page 4 af 6 ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRAN7 GRANTEE: City of Fort Worth ��z,� �--� By {Signature): (Print Name) Ricardo Salazar (Titie} Interim PMD Director APPROVED AS TO FORM AND LECALITY .�f��� ✓�� By (Signature): (Print Name) Matt Murray �Titie) Assistant City Attorney ACKNOWLEDGEMENT § § § BEF�RE ME, the undersigned authority, a Notary Public in and for the State of Texas, �n this day personally appeared Ricardo Salazar , Interirn PMD Director of the City of Fort Worth, a Texas home rule municipal corporation, known to me ta be the same person whose name is subscribed io the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort WorEh and that they executed the same as the act of the City of Fort Worth for the purposes and considera#ion therein expressed and in the capacify therein stated, �/�� GIVEN UNDER MY HAND AND SEAL OF OFFICE this date 6� [SEAL] � r.�p AUSTEN LOPES Notary Public, State of Tex s . � �� N�y p��� �T� Name (printed): + TanantCounqr Notary's commission expires: �� Notary ID #133898A5-0 • �r bF�' Commissbn E�. AUO.OB, � � � 1 SEWER FAGLITY EASEMENT Rev.20220420 FORTWORT . D223171304 Page 5 of 6 VARIABLE WlDTH SANITARY SEWER EASEMENT LOT 6, BLOCK 44 WESTC�EFF T. TAY�OFi SURVEY, ABSTRACT Nt3. 1539 CITY O�' FORT WORTH, TARRANT COUNTY, TEXAS Being a 570 square foot (0.0131 acre) tract of land situated irs ths T. Taylor Survey, Abstract No. 1539, City of Fort Worth, Tarrant County, Texas, being a pa�i of Lot 6, Block 44, Westcliff, an addition to the City nf Fort Worth, according to the plat reco�ded in Cabenet G, Slide 141, Plat Records, Tarrant County, Texas, and beir�g 2a part of a#ract of land described in a Limited Warranty Deed to Dry Real Estate, LP, recorded in Instrust�eroi Nurnber D217099145, Official Public Records, Tarrant County, Texas, and being more partic�alarly described as follows: COMMENCING at a point on the northeast right-of way line of Ranier Court (a 50 foot right-of- way) for the westerly carner of said Lot 6 and the south camer of Lot 7, of said Block 44; THENCE alang the common �i�ae between said Lot 6 and said Lot 7, the folldwing courses and distances: North 47°46'45" East, a distance af 171.70 ieet to the POINT OF BEGINNING, North 47°46'45" East, a distance of 3.10 feet to a point; THENCE South 37°21''i 0" East, over and across said Lot 6, a distance of 152.79 feet 4o a point on the common line bstween sait! Lot 6 and Lot 5, of said Block 44; THENCE South 51 °5S'45" West, along tF�e connmon line between said Lot 5 and said Lvt 6, a distance af 4.38 feet to a point; THENCE North 36°52'04'° West, over and across said Lot 6, a distance of 152.59 feet to ihe POINT OF BEGINNfNG, containing 570 square feet ar 0.0131 acres of land, more or less. Basis of Bearings: State Plane Coordinate System, North Texas CentraB Zone 4202, North American Datum of 1983, Adjustment Realization 20i 1. � � Brian R. Wade RPLS No. 6098 07l0$/2022 Revised:08/30/2022 1p;�'y� h �> � "_.'�`�, (y �'�. ��, • '� �{.'} i vyJ ���`�F``�� _ �� ' \^ /` .�f�'` . ,\ ,e.,y� ✓�'aV•�; ...�t� �'ai �i}F +Tlf�'�,s ^ �Y: I£.if;: e e �������'tCf3,�`3�..;�'.�'l�...+ f `��, ,� 'v �� i;� a-�„��%'f' Sheet 1 of 2 27,879X D223171304 Page 6 of 6 0 25 50 100 (FEET) 1 inch = 50 fit. t!"`j ���: �` ��� ' � _��,-�l `�`�� �� `�� � ` ` `\�. t�...,:r5t ,nia =;at'x':�'��s�:.. '�� �� �\�� �\ ii�' siaAo/%/�Ri' � C, ', ` f `� `�� ��SEN�FR EASEMENT � �- `. °� '' `-" � ,,�" :t� .f �� ��� l�OL. 2265, PG. 525 ��`"�'�f c,�- �" �a �r�� � ��� �� D.R.T.C.T. �F���� "-,.....� _� �� � � \ � � '=��,�a��;^'?���/ ��` ��`� �� � S� UT/L/TY EASEMENT �.-� � �� `� CAB. !�, SL. 14f . A L . 09 �� +�� `� P R. T. C. T. 11/• 5934;516. 09 � o�/oe/za22 L 1 `•�,�� z3� ��64. ss' RE�sED• o8s.�o/2022 �.. ., �,� .� . N•6934514.Of' ��� ��\ `� LEGf ND E.•2314162.56' -o ��� ° ........ �s�u�vr u.v£ --� p �� �� l D� AER/AL EASEAlENT .... Faa°mn' uHf � Z ��� �� CAB. C, SL. 14l raF ........ raa�v aas far�Na �� � .'• �� � Z . �� � P.R. T. G T. P.N.T.C.T. ........ PL.IT R£CARD$ tARHANT CO(/NTY, 7FXA5 2 O �\ � \ O.P.R.T.C.T. ........ G�'FlCYAL P!!BL/C R£G1�40$ TARRANT +�� �� �� �� �\ c�w,vn; rtx�s LOT 7 ' ��, � ����� � \�� PG ........ PA�CAE' E ��� '�� 570 SL}UARE FEET Q `:• °o `• ursr. ,vo. ........ aysneu,ar�xrnaia�e£rr �k ,���' 0.0131 ACRES tor �s, I/.4RIABLE W1DTN WESTCUFF SAN/TAi?Y S£!�R ' C,4BiNET G EASEM£NT SL/D£ 141 DRY R£AL ESTATE, LP P. R. T. C. T. 1NST. N0. 0217093145 . , O.P.R.T.GT LOT 6 .. ,.,,,.,,,. ,,. E.• 2314254. � /!� tJ LOT 5 s � `'� ,J . . � \°� N.° 6934394.65' ���\ E.• 2314257 5.,5 ° \ �\ s > � �� � � � � � �` � . � � o � � � L>N� r,aeLE LINE BEAR!!VG LENGTH L 1 N4T46'45'E 3.10' L2 S3721 't 0"E 152. 79' L3 S5156'45"W 4..38" L 4 N36 52'04 "W 152. 59' BAS1S OF BEAR/NGS• STA TE PLANE COOROINA7E" SY57FM, /VORTN TEXA5 CENTRAL ZONE 4202, NORTH AMERICAN DA TUM OF 198J, AD✓USTMENT REAL/ZA AON 2011. COORD/NA TES SNOWN ARE GR/l) COORD/NA TE�S BASED ON THE TEXAS STATE PLANE CDORDlN.4TE SYSTEM. RAYMOND L. GDODSON JR., INC 12001 N. CENTRAL EXPY, STE 300 DALL'AS, TX. 75243 214-739-8100 rlg�Tlgi�ri.c. co�rc SCA TE.YAS PE REG #F-433 TEPELS REG # 100341—fi0 JOB VARIABLE WID TH SAIVITARY SEWE14 EASE.IIIENT LOT 6, BLOCK 44 WESTCLIFF T. TAYLOR SURVE'Y, A�STRACT N0. > 539 CITY �h' FO�ZT WORTH, TARRAIITT CDUN?'Y, TEXAS -- � , . ___ , _ ;, __ _ , �.,, , t: z.�e�u��. �� � D223162166 09/07/2023 04:23 PM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�;�� MARY LOUISE NICHOLSON COUNTY CLERK \ NOTICE OF CONF/DENTlAL1TY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAYREMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INF'ORMATION FROM THIS INSTRUMENT BEFORE !T IS FILED FOR RECORD lN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 7 SSE 4149 Ranier Ct t'�'� �l� v I 3..�;. �:�}�£1.����'4� �� WESTCLIFF ADDITION Block 44 Lot 8 ��AO��� `" �„ �p pC�O/ �� ,3 vo�oU -� S� �.:. �..... _ �_ -....�..._.. 3TATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CtTY OF FORT WORTH SEWER FACILITY EASEMENT DATE: `S — .� � -- � a 3 GRANTOR: Jeffrev C Anderson & Kristin B. Anderson GRANTOR'S MAILING ADDRESS (including County): 4149 Ranier Ct Fort Worth, TX 76109 GRANTEE: CITY OF FORi WORTH GRANTEE'S MAILING ADDRESS (includ9ng County): 200 TEXAS S7REET FORT WORTH, 7ARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10,00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as Facility. The Facility incfudes all incidental underground and �� » aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, FORTWO T . SEWER FACILITY FASEMENT Rev, 20220420 D224104790 06/14/2024 03:24 PM Page: 1 of 8 Fee: $48.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� � MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITYRIGHTS: IF YOU ARE A NATURAt PERSON, YOU MAY REMOVE OR STR/KE ANY OR ALL OF THE FOLLOWING INFORMAT/ON FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD /N THE PUBL(C RECORDS: YOUR SOC/AL SECURITY NUMBER OR YDUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 10 SSE ALAMO TITLE CQMPA�Y 4225 Ranier Ct GF � Ol�v/e'�,3v0 % 57_�, S WESTCLIFF ADDITION SIock 44 Lot 5 '� STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: �J7�`r'�'� / � �30d-3 GRANTOR: Timothv Throm and Laura K Wasek-Throm GRANTOR'S MAILING ADDRESS (including County): 4225 Ranier Ct Fort Worth, TX 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAIL[NG ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEiNG a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidenta[ underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev. 20220420 FoR� x. D224104790 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event sha[I Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) ereci or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fiences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surFace improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restaration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shali not be obligated to restore or replace irrigation systems or other improvements installed in vio[ation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, ihe Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10�' anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and ihe repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permaneni easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, ta warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20220420 i �, Foe_ r�W�o�xr_H. Page 2 of 8 D224104790 GRANTOR: Timothy Throm and Laura K Wasek-Throm, a Married Couple By: - - (Name) � % �� � (Title) By: I n,/i•/�`,.- (Name) _�v��f'1 �IVG►S�k-- �J%�dv�/� (Title) STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT ti BEFORE ME, the undersigned authority, a Notary Public in and forthe State of Texas, on this day personally appeared Timothv Throm, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknawledged to me that the same was the act of Timothy Throm and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. G1VEN UNDER MY HAND AND SEAL OF OFFICE this the date of �- la-z3 . ,' .�e �,t�,��N LOPES �o � Notary Pu to-S'tate of Texas � + Tarrsnt County , «V +� Notary ID �13389895-0 '�aF� CommissJon E�. AUG. 08, 202B SEWER FACIUTY EASEMENT Rev. 20220420 Notary Public, State o exas Name (printed): Notary's commission expires: Fox�o�rH. Page 3 of 8 � �, D224104790 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGEMENT , BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Laura K Wasek-Throm, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Laura K Wasek-Throm and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of 3- �0-�3 [SEAL =o~ r p� �� NO ryUPuUlio$tate Of TeX88 � * TarranE Counly M� W r Notary it� ��3388895-0 ''FOF� Commis5ion F�p. AUG. 08� 2026 SEWER FACILITY EASEMENT Rev. 20220420 Notary Public, State of Texas Name (printed): Notary's commission expires: FoR� H. Page 4 of 8 D224104790 ACCEPTED BY: GRANTEE: City of Fort Worth By (Signature): (Print Name) (Title) Interim Property Maila�ement Director APPF20VED AS TO FORM AND LEGALITY By (Signature): ��� ��� (Print Name) Matthew Murray . ��ie� AssistantCityAttorney ACKNOWLEDGEMEM" STATE OF TEXAS COUNTY OF TARRANT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Mariljrn Marvin , Interim Property Management Director of the Ciiy of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the Cify of Fort Worth for the purpflses and consideration therein expressed and in the capacity therein stated. . GEVEN UNDER MY HANDAND SEAL OF OFFICE ihis date of MaY 21, 2024 Es�as� Notary P lic, Sta f Te s AUSiEN LOPES Name (printed): No�ry Pu611oSh� °rTe� Notary's commission expires: Tanarrt CouMy : Notary 14 �13389895-0 � Commh�lon E�. AUG. 0�.20'!E SEWER FACILITY EASEMENT FORTWORT . ReV. 20220420 � Page 5 of 8 1 , � �. I � D224104790 VARIABLE WIDTH SANITARY SEWER EASEMENT LOT 5, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT N0.1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 752 square foot (0.0173 acre) tract of land situated in the T. Taylor Survey, Abstract No. 1539, City of Fort Warth, Tarrant County, Texas, being a part of Lot 5, Block 44, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Cabinet G, Slide 141, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a Warranty Deed with Vendor's Lien to Timothy Throm and Laura K. Wasek-Throm, husband and wife, recorded in Instrument Number D219033981, Official Public Records, Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a point on the northeast right-of-way line of Ranier Court (a 50 foot right-of- way) for the west comer of said �ot 5 and the south comer of Lot 6, of said Block 44; THENCE along the common line between said Lot 5 and said Lot 6, #he following courses and distances: North 51 °56'45" East, a distance of 163.58 feet to the POINT OF BEGINNING; North 51 °56'45" East, a distance of 4.38 feet to a point; TIiENCE South 37°21'10" East, over and acrass said Lot 5, a distance of 149.96 feet to a point on the common line between said Lot 5 and Lot 4, of said Block 44; THENCE South 51 °56'46" West, atong the common line between said Lot 5 and said Lot 4, a distance of 5.85 feet to a point; THENCE North 36°52'04" West, over and across said Lot 5, a distance of 149.98 feet to the POINT OF BEGINNlNG, containing 752 square feet or 0.0173 acres of 1and, more or less. Basis af Bearings: State Plane Coordinate System, North Texas Central Zone 4202, North American Datum of 1983, Adjustment Realization 2011. Brian R. Wade RPLS No. 6098 07/08/2022 Revised:08/30/2022 Revised:09/01 /2023 Sheet 1 of 2 27,880X Page 6 of 8 D224104790 10' AER/AL EASEMENT � CAB. G, SL. 141 `�� �� P. R. T. C. L 1 ��` � '�` �� � �` � ��� � � � �� �� �� `� \� � � 5' UAL/TY EASEMENT N.• 6934394. 65' �� �� E.•231425755� ` ` CAB. G, SL. 141 � ��_ � P, R. T. .C. T. 0 25 50 100 (FEET) 1 inch = 50 ft. � r -- ��f, :90,0 �98 O''=FSSlO+ `�1iVE . 0 07/08/2021 RENSED: OB/30/2022 REVISEO: 09/01/20�^3 L1 �� � � N.' 6934391. 95 ♦ �� `� � � LEGEND E.•2314254.10' �. ........ £ASFl/ENT UNE \� `\\ \`\\ ..... Pfdp°L�iPIY UNE � \ � \ ua� ........ reav �aao fa�+w LOT 6 �� 2 �� �� �. I o,e r. � r. ........ au r REctiwos r.w,v,wr c�auv�r, �.r�s G� �•,'• �� `� 10 � SANITAR Y QP.R.T.G7. ........ Q�}7pAL PUBL/C RECQ4DS TARR.WT ,� Z p � � SEW£R EASEMENT c�av,v�r, �.r�s , ktij � Z'n �� `I/OL. 2265, PG 525 Hx. ..._... wcuae �56 8 G� �� D.R. T.C. T. �^ •-•••^• �'�� �1 � 5 752 SQUARE FEET <� �rsr. na ........ pvsneu,uavr nvua�x (� 6 �� `���� � � �'-A � � . N.• 6934,301. 4.3' E.• 2314055. f5' � oOZ ( �so � ���. �' � �2�.� cor �, 2�,� ti�, BLOCK 43 � � WESTCLIFF �.c�0 CAB/NET G, SUDE 141 � G P R. T. C. T. '��� E.• 2314143. / 1 0. 0173 ACRES �ARlABLE WlD TH �' • SANITARY SEWER ��'\ EASEMENT AMOTHY THROM AND LOT 5 LAURA K. WASEK- THROM, HUSBAND AND W1F£ BLOCK 44 /NST. N0. 02f9033981 WFSTCL/FF O.P.R. T. C. T. CAB/NET G, SL/DE 14 t N.• 6934271. ; P,R. T. C. T. E.•2314344. � , � r. ra rcoR, ABSTRACT IVO. 1539 ciNE r,�ecE �'1 s�' > 32' �.��'+! LOT G P���� P�l E.• 2314174. 0� �s LOT >3, n�,���(��� �'.�w, BLOCK 42 �V �('j� WESTCt/FF �P� R CABIN£P. R. T. C.L(DE 141 � BAS/S OF BEAR/NGS.•STA7E PLANE COORD/NATE SYSTEM, NORTH TEXAS CENTRAL ZONE 4202, NORTN AMERICAN DA TUM OF 1983, ADJUSTMENT REALIZATION 2011. COORD/NA TES SHOWN AR£ GR/D COOROh1/A TES BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM. RAYMOND L. GOODSON JR., INC 12001 N. CENTRAL EXPY, .STE 300 DALLAS, TX. 75243 2>4-739-8100 rlg�rlginc. com SCA TEXAS PE REG #F-493 J06 TBPELS REC #f00341-00 46' Page 7 of 8 , / L/NE BEAR/NG LENGTH L 1 N51 'S6'45 "E 4. 38' L2 53721'10'E 149.96" L3 S5156'45"W 5.65' L 4 N36 52'04 "W 149. 98' VARIABLE WID TH SANITARY SEWER EASEMENT LOT 5, BLOCK 44 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT N0. 1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS D224104790 CONSENT OF LIEN HOLDER Alamo Title GF# 6000182300197-LSK JPMor�an Chase Bank, N.A.. 780 Kansas Lane, Monroe. LA 71203 ("Lien Holder"), is the current holder of a Deed of Trust First Lien) dated February 21, 2019 , executed by Timothv Thram and Laura K. Wasek-Throm, husband and wife, to Allan B. Polunskv. Trustee, to and in favor of JPMorgan Chase Bank, N.A. as recarded February 21, 2019 in clerKs file instrument No. D219033982 , in the Official Public Records, of Tarrant County, State of Texas, hereby consents to the grant of the foregoing Sewer Facility Easement by Timothy Throm and Laura K. Wasek-Throm to Citv of Fort Worth , and joins in the execution hereof solely as Lien Holder and hereby does agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage and below under judicial or non-judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS �� DAY OF September, 2023. ``��a�.����b�.,,ry�, JPMorgan Chase Banl A. . 8 _^.� -. 1 UrO� 4��'�'' O � •9 � = c�0 'm = � • �.as n � = �'•• s�, �s� Printed name: � � : an--..•-...-= �: � �''����`� Title: Vice President-Document Executian STATE OF LOUISIANA } PARISH OF_OUACHITA } On September � T , 2023. before me appeared DonnaAcree , to me personally known, who did say that s/he/they is (are) the Vice President -- Document Execution of JPMorgan Chase Bank, N.A., and that the instrument was signed on behalf of the corporation (or association), by authority from its board of directors, and that s/he/they acknowledged the instrument to the free act and cfeed of the corporation (or association). �Vd�2eSE' , Notary Public _ �V8 i��BS� Ouachita Parish, Lovisiana ! Life4irne �ommision No�an,/ PubliG [L� # 17(�7(� LA Notary ID: ���o�� Lifetime Commission Page 8 of 8 Throm - 4492 D223192301 10/25/2023 03:10 PM Page: 1 of 6 Fee: $39.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records ��� �,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITYRIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAYREMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMAT/ON FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD 1N THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 11 SSE 4604 Snnnybank Dr SUMI��IERFIELDS ADDITION Block 53 Lot 55 STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL MEN BY THESE PRESENTS § P•''e�.���Z� V �� !,..� �''��R,r�t i��V,�d' 0 CITY OF FORT WORTH ���*� � C?a.�?� �'� �. ! 9 s-L S� SEWER FACILITY EASEMENT "��� �`�'�--° DATE: � � l �`' � 3 . GRANTOR: Dolores Edith Neqrete GRANTOR'S MAILING ADDRESS (including County): 4604 Sunnybank Dr Fort Worth, Tarrant County, TX 76137-1842 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not fimited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Foe�o�rH. Rev. 20220420 D223192301 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B, attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at ariy and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor (I) use the Easemen# Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restaration of any sidewalks, driveways, or similar surFace improvements located upon or adjacent to the Easemenf Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, ar assigns may be entitled before the 10t" anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on beha[f of the Grantor warrants that he ar she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, al! and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNA'FURES APPEAR ON THE FOLLOWING PAGE] SEWER FAClLITY EASEMENT Rev. 2022042d FoR_ r�W�o�xr_H. Page 2 of 6 D223192301 \ GRANTOR: Dolores Edith Negrete, a Single Woman gy: f - (Name) �'lt�'/i'�S ,�', �, /`e ��- (Title) �`%�GL�i�•'' ACKNQW �LEDGEl1lIlENT STATE OF TEXAS COUNTY OF TARRANT . BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dolores Edith Neqrete, known to me ta be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Dolores Edith Neqrete and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND '% � � —�� 3 DEVANG SU80DHBHAI DESAI Notary ID #131638922 My Commission Expires July 11, 2026 SEWER FACILITY EASEMENT Rev. 20220420 SEAL OF OFFICE this the date of Public, State of Texas (printed)�E��IG� S • 's commission expires: 7� ES�-I � �-�/��'O� FoR� x. Page 3 of 6 D223192301 ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRAN7 GRANTEE: City of Fort Worth , � �� By (Signature): � (Print Name) Ricardo Salazar (Title) Interim PMD Director APPROVED AS 70 FORM AND LEGALITY ..���.�� .�� By (Signature): (Print Name) Matt Murray (Tit�e) Assistant City Attorney ACKNOWLEDGEMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ricardo Salazar Interirn PMD Director of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed io the foregoing instrument, and acknowledged to me that the same was the act of the Gity of Fort Worth and that they executed the same as the aci of the City of Fort Worth for the purpases and consideration therein expressed and in the capacity therein stated. �/�� GIVEN UNDER MY HAND AND SEAL OF OFFICE this da#e �r [SEAL] � r.� AUSTEN LOPES Notary Public, State of Tex s ��p 4�, Notary Public>3tete dTe�us Name (printed): , � # 'f�eKantCou�r Notary's commission expires: ` +� Notsry IQ �18389896-0 �'r aF�` Cammis�on Exp. AUR. 00, SEWER FACILITY EASEMENT FORTWORl' , Rev.2o220420 Page 4 of 6 D223192301 E�ibit A 10' SANITARY SEWER EASEMENT LOT 55, BLOCK 53 PHASE III, SECTION I SUMMERFIELDS D.E. NORTON SURVEY, ABSTRACT NO. 1167 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 714 square foot (0.0164 acre} tract of land situated in the D.E. Norton Survey, Abstract No. 1167, City of Fort Worth, Tarrant County, Texas, being a part of Lot 55, Block 53, Phase III, Section I, Summerfields, an addition to the City of Fort Worth, according to the plat recorded in Volume 131, Page 69, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a Special Warranty Deed with Vendor's Lien to Ricky J Main, a single man, recorded in Volume 8768, Page 769, Deed Records, Tarrant Coun#y, Texas, and being more particularly described as follows: COMMENCING at a point on the north right-of-way line of Western Center Boulevard, for the soufhwest corner of said Lot 55 and the southeast corner of Lot 9R, Block 1, Phase One "D" Summerfields East, an addition to the City of Fort Worth, according to the plat recorded in Volume 163, Page 99, Plat Records, Tarrant County, Texas; THENCE North 00°47'12" East, along the common line between said Lot 55 and said Lot 9Fi, a distance of 5.00 feet ta the POIN7 OF SEGINNING; THENCE over and across said Lot 55, the following bearings and distances: North 89°46`58" West, a distance of 71.23 feet to a point for the beginning of a non- tangent curve to the left; In a northwesterly direction along said tangent curve to the left, whose chord bears North 01 °38'02" West a distance of 10.01 feet, having a radius of 268:30 feet, a central angle of 02'08'12", and an arc length of 10.01 feet to a point for the end of said non tangent curve to the left; THENCE South 89°46'59" East, a distance of 71.65 feei to a point on the common line between said Lot 55 and said Lot 9R; THENCE South 00°47'12" West, a distance of 10.00 feet to the POINT OF BEGINNING, containing 714 square feet or 0.0164 acres of land, more or less. Basis of Bearings: State Plane Coordinate System, Narth Texas Central Zone 4202, North American Datum of 1983. Adjustment Realization 2011. Brian R. Wade RPLS No. 6d98 07/08/2022 Revised:08/30/2022 Revised:l2/13/2022 ! ,,tP� ���T r� �'P� �9F�9 o -•cPl .-s�l�� N. WAb��� �. �•';� 6098•.,�,. %�j�O FFS�I���P•' Q' U ��u�v�'� % Page 5 of 6 Sheet 1 of 2 27,861 X D223192301 0 15 30 60 (FEET) 1 inch = 30 ft. L/NE TABLE L/NE BEAR/NG LENGTH L l N89 4S 59 "W 71. 23' L2 S89 %16 59 E 71. 65' L3 50047'12""W 10.00' Page 6 of 6 3/B "" lRF N:S998673.52� E.� 234174Z 85' LOT J2R L�T lOB �c CL/Rl/E TABLE �\ CUR l�E DEL TA RAD/US LENGTN CH. BRG. CHORD �� Cl 2�8'12 "' 268..30' 10, Ot ' N138 02'"W 10. Ol " � i �\ 5' UT/L/TY EASEMENT � � �OL. 184, PG. 88 LOT 55, BLOCK 53 , i LOT >OA � P. R. T. C. T. pyASE !l!, SECIION / � u � � 5" UT/L/TY EASEMENT N � R/CKY J MAIN, SUMMERF/ELOS i �OL. 163 PG 99 h N 1 A SINGLE MAN 1/OL. 1.31, PG 69 • � BLOCK 1 Z Z �, � a i P.R. T. C. T. PHASE ONE 'D "' W� � � l/OL. 8768, PG. 769 P. R. T. C. T. m t� p c�o � D. R. T. C. T. � � SUMMERF/ELDS EAST Q 3�; ��� 7l4 SQUARE FEET �� �OL. 163 PG. 99 W� � � P. R. T. C, T. � o�� i � 0. 0164 ACRES i D. E. NORTON SUR l/EY, � � �, � , 10 sANiTARY SEwER : - i ABSTRACT /tt0. 1167 ' EASEMENT � � LOT 9R �° V � N• 6998418. 51 � � POPP Y COUR T � � � i E.• 2.�40944. 72 � ' � N.• 69984f8.24 , �`' C1 ' L2 � E.•234f016.36� ( 5 0 R I G H T- O F- W, 4 Y� N.� 6998408. 5 t' N: 6398408. 24' � L 3 Pornr r oF E.• 2340945. 00' E• 234>O16. >7 BEG/NN/NG 90.00' —�--------------------- fi5B.96=------------------ � N.• 6998403.24' E.• 2341016.16' -------- ----------------------- PO%NT OF COMMENCING 15' (�17UTY EASEMENT VOL. 6895, PG. 1616 D. R. T. C. T. L 1 5. oo's 5' UTIL/rY EASEMEN7' VOL. 184, PG. 88 P. R. T, C. T. INFSTERN CEIV TER BL I/D i\ �_ (VARIABLE W!D TH RIGHT—OF— WA Y� LEGEND ........ EASENENT L/N£ � - ......,. PRLWER7Y [JNE /RF ........ IRAV RIXJ FAUND p.R.T.C.T. ..._... PLAT RECA4D$ TARRANT COUN7Y, A O.P.R. T.� T. ........ OfF/pAL PUBUC R£Cp40S TARRANT CIX/NTI; 7FXAS YDL. ........ I�LiCUM£ j PC. ........ PAGi�' lNST. NO. ,....... /NSIRUM£NT NUMB£R BASlS OF BEAR/NGS.• STA TE PLANE COORDINATE SYSTEM, NORTN TEXAS CENTRAL ZON£ 4202, NORTH AMER/CAN DA TUM OF 1983, ADJUSTMENT REAL/ZA 770N 2011. COORD/NA TES SHOWN ARE GRID COOROINA TE5 BASED ON TNE TEXAS STATE PLANE COORD/NATE SYSTEM. RAYMOND L. GQODSON JR., INC. 1200> N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 214-739-8100 rlgC�Tlginc. co�n SCA TEXAS PE REG #F-493 TBPELS REG #100341-00 JOB ���0� T� , �ij Pe�G�� AFo'•.p� ............................. BRIAN R. WADE .`...A�...6098 P.,;•¢ � ° �ua��� 10' � B WADE, RPLS N0. 60� o�/oa/2oz2 RE4�ISED.• 08/30/2022 RE�lSED: 12/T 3/2022 ITARY SE WER EAS'EMENT LOT 55, BLOCK 53 PHASE III, SECTION I SUMMERFIELDS D.E. NORTON 5URVEY, ABSTRACT N0. 1> 67 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS D223163311 09111/2023 09:46 AM Page: 1 of 8 Fee; $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records ��,�, �;,�,a�� MARY LOUISE NICHOLSON COUNTYCLERK NOTICE OF CONFIDENTIALITY RIGHTS: 1F YOU ARE A NA TURAL PERSON, YOU MAY REMOVE OR STRlKE ANY OR ALL OF 7'HE FOLLOW/NG INFORMATION FROM THIS 1NS7RUMENT BEFORE IT /S FlLED FOR RECORD /N THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S L/CENSE NUMBER. CPN 102783 Sanitary Sewer Rehabilitation Contract 110 Parcel No. 13 SSE 3882 Lambert Ave , g �•f �° �j� � ,A, r ,� WESTCLIFF ADDITION Block43 Lot 4 ����-+��s`� � °^I `��``" ''`�� �• �r���� � �'�.�.° (,�������� ...�� 3ov;�;� -�.s,� �.::: � �-- � .. e.. � STATE OF TEXAS § �� § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE; 3- 3� -�a3 GRANTOR; Keith Thompson & Stephanie Thompson GRANTOR'S MAILING ADDRESS (including County}: 3882 Lambert Ave Fort Worth, TX 76109 GRANTEE: CITY OF FOR7 WORTH GRANTEE'S MAILING ADDRESS (including County): 2D0 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficienay of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manhofes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, Foe� H. SEWER FACILIN EASEMENT Rev. 20220420 D224126334 07/18/2024 08:18 AM Page: 1 of 7 Fee: $44.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITYRIGHTS: IF YOU ARE A NATURAL PERSON, YOU N1AY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOW/NG INFORMATION FROM THIS lNSTRUMENT BEFORE IT lS FtLED FOR RECORD /N THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 SS Rehab Contract 110 Parcel No. 17 PSFE 3821 Arundel Avenue WESTCLIFF ADDITION Block 12 Lot 8 STATE OF TEXAS COUNTY OF TARRANT § § § e��.�.1�a�.'�� F; i !oj.,� �u`tT''4.���'��`�'s' 'v ' .3�. •."A1_3 T�. ��3 } �:j ��oo� ��3vo/��w � s,r KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: � � �a'-3 GRANTOR: Jtaan Acosta & Michelle Castro GRANTOR'S MaILING ADDRESS (including County): 3821 Arundel Avenue Fort Worth, Tarrant County, Texas 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATiON: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev. 20230302 Fox�Txro D224126334 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspeciing and repairing said Facility. In no event shalf Grantor (I) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across #he Easement Property but only to the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surFace of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, hawever, that Grantee shal[ not be obligated to restore or replace irrigation systems or other improvements installed in violatian of the provisions and intended use of this Easement. Under Chapter 2'[, Subchapter E of the Texas Property Code, as amended, #he Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging un#o Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unta Grantee, its successors and assigns, against every person whomsoever lawfully claiming ar ta claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20230302 FoR�xy Page 2 of 7 D224126334 G RANTO R: By: (Print Name) � rG�t ��- �• l�-id� (Title) ACKNOWLEDGMENT ���i��]*��IF'� COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Juan Acosta, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Juan Acosta and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [S EAL] r o� AUSTEN LOPES zo� 'L NoRa[y PublioS�e of TexSB Ts�ant Count�► N.. r Notary tD �l13389895-0 ''�ov�} Commissiot► Exp. AUG. 08, 2426 SEWER FACILITY EASEMENT Rev.20230302 State of _ �Z` FoR�x., Page 3 of 7 Juan Acosta S� Michelle Castro, a Married Couple D224126334 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Michelle Castro, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Micheile Castro and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein siated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [SEAL] 4 Y p�@ AI��TEN LORES 20 � No.f�tyPttk�lio-StateotTexSd * : T8138nt Couoty '�' tQ N,,,o,,�,jary iD #13389895-0 , �pF� ��,',!7!!u$$�Qi! �. A�iCi. �i � SEWER FACILITY EASEMENT Rev. 20230302 State of .. �Z- FORT WORTH., � Page 4 of 7 D224126334 ACCEPTED BY: ACKNOWLEDGMEN7 STATE OF 7EXAS COUNTY OF TARRANT GRANT ' ity of Fort Worth By: (Print Name) ��� �`"Y�G��--�� � (Title) ��`� ��M � APPROVED AS TO FORM AND LEGALITY ���� ��� By: (Print Name)Matthew Murray (Title) Assistant City Attorney .� § § BEFORE ME, the undersigned authoritv, a Notary P� �hiic in and for the State of Texas, on this dav nersonallv anneared ��rSS3� c� �"QY\ , I�ss�s�.�- C���-. � f the City of Fort Worth, a Texas home rule municipal corporation, knawn to�me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideraiion therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OF'FICE this date of i�'��,e�. �c,� aoaN , [SEAL] ���'#,� L(nda M. titrifinper. �\ My Comml�don �xpiras �`� `•• s�zrzozs � � Notary ID � 124144T46 SEWER FACILITY EASEMENT ReV. 20230302 U��.o�. ��1� U�i�.�.,� ota Pubfic, State of Texas FOR� Page 5 of 7 � D224126334 3' SANITARY SEWER EASEMENT LOT 8, BLOCK 12 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT NO. 1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 533 square foot (0.0122 acre) tract of land situated in the 7. Taylor Survey, Abstract No. 1539, City of Fort Worth, Tarrant County, Texas, being a part of Lo# 8, Block 12, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Cabinet C, Slide 92, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a Warranty Deed with Vendor's Lien to Juan Acosta and Michelle Castro. Husband and Wife, recorded in Instrument Number D220054161, Official Public Records, Tarrant County, Texas, and being more particularly described as follows: COMMENCiNG at a point on the southeast right-of-way line of Arundel Avenue (a 50 foot right-of- way) for the north corner of said Lot 8, Block 12, and the west comer of Lot 9, Block 12 of said Westcliff for fhe beginning of a curve to the right; THENCE along said curve to the right, along the common line beiween said Arundel Avenue and said Lot 8, 8iock 12, whose chord bears South 73"44'11" West f�r a distance of 4.00 feet, having a radius of 2,229.44 feet, a central angle of 00°06'10", and an arc length of 4.00 feet the POINT OF BEGtNNiIVG; THENCE over and across said Lot 8, Block 12, the following bearings and dista�ces: South 16° 11'00" East, a distance of 177.62 feet to a point for corner; South 74°26'01" West, a distance of 3.00 feet to a point for corner; Narth 16° 11'00" West, a distance of 177.59 feet to a point in the southeast line of said Arunde[ Avenue for the beginning of a non-tangent curve to the left; THENCE along said non-tangent curve to the left, along the common tine between said Arundel Avenue and said Lot 8, Block 12, whose chord bears North 73°49'35" East for a distance of 3_00 feet, having a radius of 2,229.44 feet, a central angle of 00°04'38", and an arc length of 3.00 feet to the POINT OF BEGINNING containing 533 square feet or 0.0122 acres of land, more or less. Basis of Bearings: State Plane Coorclinate System, No�th Texas Central Zone 4202, Narth American Datum of 1983, Adjustment Realization 2011. �7 Brian R�It� 10/07/2022 RPLS No � �: Q'� � "F�::9 .�J •BRIAN R. WADE:. �-9,� :oa��s oaP UQ '`�,SURVE�--�, Sheet 1 of 2 27,989X Page 6 of 7 D224126334 Page 7 of 7 LEGEND d= 0'04'38" ........ Fws�vt�vr cave ...�.... �m �E R=2229. 44' P.R. LC. T. ........ PYA7 R£GLi4DS Ti1RRANT GYX/N7Y, IEXAS s O.P.R.TGT. .,...... Q�FTQ'AL PtlBUC RIEGYXtOS TARRANi L=3. OD �.�. ,`�",,� �"S CB=N73 49'35"E PG ........ PACf C0= 3. DOj INST. ND. ........ /NSTRtIA(£XT NUMBER � ��G I 1 R�NpE� o WpY) (50, RIGNt N.•6936960.34" E.• 2314111. 42' ✓UAN ACOSTA & MICHELLE CASTRO, HUSBAND & W/FE INST. NO. D220054161 O. P. R. T. C. T. 0 20 4a so (FE�T) E.• � � � N.• 6936790. 61 ' \� E.•23>4163.80' -�� � _ � ; ,,,__ '', _, �- '--'�I.__ ''� ' � `,,, \ � � � LOT 24 N.• 6936962. 29' E.-2314118.14' N.• 6936961.17' E.• 2314114. 30' LOT 10 T. TA YLOR SURVEY ABSTRACT N0. 1539 S16 "1 � '00'E �177. 62' � � LOT 9 � � � ► �� 8' UTIL/TY EASEMENT � �OL 388-C PG 92 ��� P. R T. C. T. �` 4 ' �� �� �/ $� '�' � �'' -' � ,. � � S74 26'Ol "W i �'"� � 3.00' - " � LOT 26 BASIS OF BEAR/NGS.• STA TE PLANE COORO/NA TE SYSTEM, NORTH TEXAS C£NTRAL ZONE 4202, NORTH AMER/CAN DATUM OF >983, ADJUSTMENT REAL/ZA 710N 2011. 3� COORD/NA TES SHOWN ARE GR/D COORD/NA TES BASED ON THE TEXAS STA TE PLANE COORD/NA TE SYSTEM. � �orz.s SANITARY S'EWER EASEMENT LOT 8, BLOCK 12 WESTCLIFF RAYMOND L. GOODSON JR., INC. T. TAYLOR SURYEY, ABSTRACT N0. 1539 12001 N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 CITY OF FOR7' WORTH, TARRANT COUNTY, TEXAS 214-739-8100 TZg�TZgi�c. coTn, SCALE 1'" = 40' DA TE 9/6/2022 SHEET 2 OF 2 TEXAS PE REC #F-493 TBPELS REG #100341—QO ,/nR Nn �»� rnn F—F//F �f�1_o1o_SSF1F t7W/:` Nn �7 9R9X BL OCK 12 Gf�STCL/FF I/OL. 388-C PG. P. R. T. C. T. LOT 8 v` v cr � 3' SAN/TARY SEINFR EASEMENT - 533 SQUARE FEET 0. 0122 ACRES d=0 06'10" R=2229. 44' t= ¢. 00' CB=S73 44'> 1 "W C0=4.00' J POINT OF BEG/NN/NG � POINT OF �� COMMENCING � \ � t Z � �i \ rn � � � �1 ` o ` ov `, � C,� D224126929 07/18/2024 03:07 PM Page: 1 of 6 Fee: $40.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON � COUNTY CLERK NOT/CE OF CONF/DENT/ALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STR/KE AhfY OR ALL OF THE FOLLOW/NG /NFORMAT/ON FROM THIS lNSTRUMENT BEFORE /T !S FILED FOR RECORD IN THE PUBL/C RECORDS: YOUR SOC/AL SECURITY NUMBER OR YOUR DR/VER'S L/CENSE NUMBER. CPN 102783 SS Rehab Contract 110 Parcel No. 18 PSFE 3805 Arundel Avenue WESTCLIFF ADDITION Block 12 Lot 12 �.�r_���•»���_�-� COUNTY OF TARRANT � § � =�� .�� ;��� � `;�i ;`a �, �r � ; , *'�?,; "d-��^ �,� � � ��� ��DaJ���ljD/�f � ,�a 1 ___._._.. _ . �„r.� t� � KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: G`b GRANTOR: Scatt Dennett and Alysa Dennett GRANTOR'S MAILING ADDRESS (including County): 3805 Arundel Avenue Fort Worth, Tarrant County, Texas 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construciion, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT Rev. 20230302 oxTVVa��rxm D224126929 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shal[ Grantor (I) use the Easement Property in any manner which interteres in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, retaining walls, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across ihe Easement Property but only to the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surtace of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall nat be obligated to restore or replace irrigation systems or other improvements installed in vio[ation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10'h anniversary of the date of this acquisitian to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely an this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, ta warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev.20230302 F�x. T�x� Page 2 of 6 D224126929 GRANTOR: Scott Dennett and Alysa Dennett, a ried Couple By: (Print Name) �Lo��<ni/L�-� (Title) STATE OF TEXAS COUNTY OF TARRANT By: / (Print Name): SCa � -e � (Title): ACKNOWLEDGMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Scott Dennett, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Scott Dennett and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of �� [SEAL]. tpS�YP�/e LAVONNE S KEITH = NotarY Public, SWte of Texas �,�� �� Co,mm. Expires 03-31-2028 ���� Notary107377938 STATE OF TEXAS COUNTY OF TARRANT Nota . Public, State of Texas ACKNOWLEDGMENT § § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Alvsa Dennett, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Alvsa Dennett and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of /� �' i' ��YAV� LAVONNESKEITH �� i� � Notary publlc, 5tate of Texas �,��P Comm. Expires 03-31-2028 � 9jFOF� NotarylD7377938 NotaryPu ic, Stat ofTexas S�11VER FACILITY EASEMENT Rev. 20230302 `F-O--�RT WQrR�THa s. Page 3 of 6 D224126929 ACCEPTED BY: STATE OF TEXAS COUNTY OF TARRANT GRANTEE: City.�f Fort Worth By: (Print Name) �t�►cs��i� (Title) �'�'-� �0.�5� _ (���—.__ � APPROVED AS TO FORM AND LEGALITY .�L�f�rrs ��i� By: (Print Name) Matthew Murray (Title) AssistantCityAttorney ACKNOWLEDGMENT § § § . � BEFORE ME, the �uncieFsig�ed autho itv, a Notary Public in and for the State of Texas, on this dav personally appeared ���.�_`�` �o����� , � �� � e City of Fort Worth, a Texas home i'ule . municipal corporation, .known to e to be the sam erson whose name is subscribed to the . foregoing instrument, and acknow}edged to rr�e that the same was the act of the City of Fort Worth and that they executed the•same as the act of the City of Fort Worth for the purposes and'cortsideration therein expressed and in the capacity therein stated. GIV�N UNDER MY HAND.AND SEAL OF OFFICE this date of •�<1�'1t �.V, � i'3��{. �s�� � ` Linda M. Hirrlinper My Commlaslon Exptra� . 2/212026 Notary l0 1�414i746 SEWER FACILITY EASEMENT Rev, zozaosaz �— . , `1,'1� • t/�Q,�r/Lc otary Public, State of Texas FORT� Page 4 of 6 � � I � ; I i i i. i � D224126929 Exhibit A 2' SANITARY SEWER EASEMENT LOT 12, BLOCK 12 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT NO. 1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 512 square foot (0.0117 acre) tract of land situated in the T. Taylor Survey, Abstract No. 1539, City of Fort Worth, Tarrant County, Texas, being a part of Lot 12, Block 12, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Volume 388-C, Page 92, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a Warranty Deed with Vendor's Lien in Favor of Third Party to Scott Dennet, recorded in Instrument Number D208151486, Official Public Records, Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a point on the southeast right-of-way line of Arundel Avenue {a 50 foot right-of- way) for the no�th corner of said Lot 12, Block 12, and the west comer of Lot 13, Block 12 of said Westcliff for the beginning of a curve to the right; THENCE along the common line between said Arundel Avenue and said Lot 12, 61ock i2, and along said curve to the right, whose chord bears South 64�13'42' West for a distance of 4.00 feet, having a radius of 2,229.44 feet, a central angle of 00°06'10", and an arc length o# 4.00 feet to a point for the PO1NT OF BEGIt�NING; THENCE over and across said Lot 12, Block 12, the following bearings and distances: � South 26'07'S7" East, a distance of 256.32 feet to a point for corner; North 86°38'22" West, a distanae of 2.30 feet to a point for corner; North 26°07'S7" West� a distance of 255.20 feet to a point in the southeast line of said Arundel Avenue for the beginni�g of a non-tangent curve to the left; THENCE along'the common line between said Arundel Avenue and said Lot 12, Block 12, and � along said non-tangent curve tar the left, whose chord bears North 64°18'20" East for a distance of 2.00 #eet, having �a radius of 2,229.44 feet, a central angle of 00�03'05", and an arc length of .- 2.00 feet to the POINT OF BEGINNING containing 512 square feet or 0.0117 acres af land, more or less. � Basis of Bearings: State Plane Coordinate System, North Texas Central Zone 4202, North American Datum of 1983, Adjustment Realization 2011. - , - � -�� - Brian� R. Wade' RPLS No. 6098 � .10/07/2022 '. : REVISED 05115/2023 �� Sheet 1 of 2 27,985X Page 5 of 6 D224126929 Page 6 of 6 PO/NT OF� E� P� P'() BEG/NN/NG � �`R�ND ��0� C2 COMME�NG r F�Q� R �` N.• 6937095 72' � E.• 2314462.93" �` N.• 6937093..38' � E.-2.314459.33' « N.• 6937092.52� � li E.• 23f4457.53' � T. TA YL OR SUR l/EY i 0 20 40 gp � ABSTRACT NO. 1533 , � (FEET) ��� LOT 13 , �, � 1 inch = 40 ft. ` . � S26'07'S7"E 2' SAN/TARY SEI�"R �� EASEMENT Z �. 256.32' LEGEND 512 SQUARE FEET _ �, ` ........ �s��,vruN£ O.Ol �7 ACRES p `� - . . ........ PRA'ERTY t/N£ � \ P.R. T.G T. ........ PU � RECpPOSy TARRANT CIX/N7Y, IEXAS � QP.R. T.G T. ........ OiF/dAt PUBUC RECORO$ TARRANT L O T 12 r � \\ COUN7Y, IEXAS � c \ . lxY. ........ IRXU� L � PG ........ PAt,� B�OCK 12 ` 8' UT1L/TY EASEMENT /NST. NO. ....._. lHS7RtJAt£NT NUMBfR WESTCLIFF �� �OL 388—C PG. 92 I/OL. 388—C PG. 92 �� P.R. T. C. T. � O TEA %1'� P. R. T..C. T. Nc.r � ��,�p�a �'O�''�.fi . - _ � yi Q' `�,..••••'"•"' SCO TT DENNET N �� L O i 14 ,..•i��j�4t.WA��3•"• /l�IST. N0. D208151486 � .`�\ .�••• p9a r•? O.P.R. T. C. T. � o O LOT 11 - • ';, 6 �,,: �A9�FES5�•:�-� \� � '• � qNo"s'tli��1 , 8' UT/L/TY EASEMEN i � I/OL 388—C PG. 92 `� P. R. T. C. T. �� L 0 T�5 N.• 6936863. 43" � _. @R/AN . WAD RPLS NO. 6098 �_ _ E.•2314569.92" ��\ N.•6936863.30' 10/07/2022 . - ------------------------- • -,,`,-�' " '` E.•2314572.21' _ _ ,_, RE�/SED 05/19/2023 _ . �—`-�--�- ,,_-� ,_,- ---------------------- `� _ " � i� ''���' - -',LOF 22 - LOT 21 N8638'22"t�Y �' ``� �� ���� 2.3Q' ��'�,� CURI�E TABLE BLOCK 12 `` CURI/E DELTA RADtUS LENG7H CH. BRG. CHORD - �STCL/FF LO% 20 1/OL. 388—D PG. 57 C� oos'�o" 2,229:44' 4.00' S647342"w 4.00'. I P.R. T.C. T. I I C2 I D'0305"" I 2,223.44" I 2.00" I 1V647820 E I Z.00" I BASIS OF BEARlN6S�STATE PLANE COORD/NATE � SYSTEM, NORTH TEXAS C£N7RAL ZONE 4202, NORTH AMER/CAN DA TUM OF 1983, ADJUSTMENT REAL/ZA AON 2' _,SANI TAR Y SE WER EA SEMENT 2�> >. COORD/NA TES SHOWN ARE GR/D CDORD/NA TES �BASED L 0 T � 2, BL 0 CK > 2 ON THE TEXAS STA TE PLANE COOROI/VA TE SYSTEM. WES T CLIF� RAYMOND L. GOODSON .IR., INC. !-� TA�'LOR SURVEY, ABST.RACT N0. 1539 12001 N. CENTRAL EXPY, STE 300 DALLAS. Tx. 75243 Cl7'Y OF FORT WORTH, TARRANT COUNTY, TEXAS 214-739-8100 TIgC�DTlgin.c. co�n. SCALE � 1"_� 40' DA TE 9/6/2022 SHEET 2 OF 2 TEXAS PE REC #F-493 TBPELS REG #100341—OQ ✓OB NO. 2121.010 E—F/LE 2121-OfOSSE13 DWG NO. 27, 9B5X •/� - - D223189368 10/20/2023 08:34 AM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOT/CE OF CONF/DENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRtVER'S L/CENSE NUMBER. CPN '102783 SS Rehab Contract 110 Parcel No. 20 PSFE 3808 Winslow Drive WESTCLIFF ADDITION Block 12 Lot 20 STATE OF TEXAS COUNTY OF TARRANT �l'� s �; � �'� ��� � ' r � . ,, � ''„� � y� ;�4 �•„' _ 1 d 4 � J o ;.: ���?G'�!�/d'�3C���9�-�S� KNOW ALL MEN BY THESE PRESENTS . CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: ��'n � .3, �a 3 GRANTOR: Michael C. Crowell and Matti A. Crowell GRANTOR'S MAILING ADDRESS (including County): 3808 Winslow Drive Fort Worth, Tarrant County, Texas 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTI(, TX 76 i 02 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and abaveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT FOR�, Rev. 20230302 D223189368 under and across a portion of the Easement Property, more fully described in Exhibit A and Exhibit B attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantar {I) use the Easement Property in any manner which interteres in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but noi limited to, manument sign, pole sign, billboard, retaining walls, brick or masonry fences ar walls or other structures that require a building permit. However, Grantor shall be permitted to instal] and maintain a cancrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only ta the extent that such surface improvements do not materially interfere with the rights granted hereunder. Grantee shall be obligated to restore the surface af the Easement Property at Grantee's sole cost and expense, including the restoration af any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in ihe capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above-described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This dacument may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT Rev. 20230302 FoR�H., Page 2 of 8 D223189368 GRANTOR: Michaei C. and Matti A. Crowell, a Married Couple ay: (Prinf ine) �,ra_ i��,re�•�C!l (7it[e) BY� `�;�"l�Gi/v� Vi���"1 (Print Name) I1�aNf; �wc!/ (Title) ACKNOWLEDGMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Michael C. Crowell, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Michael C. Crowell and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of �'� � 2� [SEAL] � ,`"'.y.V, p' AUSTEI�t L.ClPES , o� �'°ti �ry PubilC-Sfete dT9l� * � � TeFt'ant Cdunty � �� Notary {E? #13388895-0 Notary Public, St e of exas '�oFt`` Comml9afat E�.AU{3.08, 2028 Page 3 of 8 SEWER FACILITY EASEMENT FOR�, Rev. 20230302 D223189368 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEDGMENT � § § BEFORE ME, the undersigned authority, a Notary Public in and for the State af Texas, on this day personally appeared Matti A. Crowell, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that fihe same was the act of Matti A. Crowell and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 5'�� Z� [SEAL] r P� AUSiEN LOPES r �„ Notary PuMIo,State of texas * * , Terrent Cout�ty �9 +� Notary ID #13389895-0 'FQ�t� Commtssfon E�. AUG. 08, 2028 SEWER FACILITY EASEMENT Rev. 20230302 No ary Public, State Tex s FoffT�x� Page 4 of 8 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 D223189368 5' SANITARY SEWER EASEMENT LOT 20, BLOCK 12 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT NO. 1539 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 444 square foot {0.0102 acre) tract of land situated in the T. Taylor Survey, Abstraci No, 1539, City of Fort Worth, Tarrant County, Texas, being a part of Lot 20, Bfock 12, Westcliff, an addition to the City of Fort Worth, according to the plat recorded in Cabinet C, Slide 92, Plat Records, Tarrant County, Texas, and being a part of a tract of land described in a General Warranty Deed with Vendors Lien in Favor of Third Party to Michael and Matti Crowell, recorded in Instrument Number D219175189, Official Public Records, Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a paint on the north right-of-way line of Winslow Drive (a 60 foot right-of-way) for the southeast corner of said Lot 20, Block 12, and the southwest corner of Lot 19, Block 12 of said Westcliff; THENCE North 06°32'S7" West, along the common line between said Lot 20 and Lot 19, Block 12, a distance of 1552� feet to the POINT OF BEGINNING; THENCE over and across said Lot 20, Block 12, the follawing bearings and distances: North 67°48'57" West, a distance of 89.02 feet to a point for corner; North 04°08'57° West, a distance of 5.58 feet to a point for corner; South 67°48'57" East, a distance of 88.75 feet ta a point in the cammon line between said Lot 19 and Lot 20, Block 12; THENCE South OB°32'57" East, along the common line between said Lot 20 and said Lot 19, Block 12, a distance of 5.00 feet to the POINT OF BEGINNING containing 444 square feet or 0.0102 acres of land, more or less. Basis of Bearings: State Plane Coordinate System, North Texas Central Zone 4202, North American Datum of 1983, Adjustment Realization 2011. Brian R. Wade RPLS No. 6098 10l07/2022 �E O F p`� ,�P �Gi s rEq �-f-'��� �'�P � �°��cP� ••BRIAN,R .WADE'r.•.� `A 6098 P� j.. �, 9i1;_�FFS S��N J ( � '�;� s�Rv� Page 6 of 8 Sheet 1 of 2 27,986X D223189368 Page 7 of 8 � '�� 1 1 ,,\� \\\` L O T 14 � . � � � � � � � � � � � � � � � � � �� � LOT 12 �� `� � � N.� 6936852 77 � � � E.• 2314583. 2B' �� �� -- � � �`__,____, � �f 7',/' � lYQ4 r�8,�/ I�1'Y 0 20 40 �0 5.58' �� (FEET) 1 inch = 40 ft. T. iA YL OR SUR l/EY ABSTRACT NO. 1539 LOT 15 8' UT/LITY EASEMENT vo� .�aa- c Pc. s2 �P R r_ c. r. / cor �s ��� S67 48'S7"E ```�� 88.75' N6'J• ` \ N.•6936813.26' / `►t8- -� �_ S �.� �9 � - O2• N.• 6936847.20" E 2314583. 68' 5' SAIV/TARY SEWER , E. 2314665. 45 � �'�, �� LOT 17 i SD6 32'S7"E`���` � BL OCK 12 WESTCL/FF l/OL. 388—D PG. 57 P. R. r. c. r. LEGEND ........ EASEM£NT UNE L O T 2 � . . ........ PROPER7Y UN£ P.R. fC.T. ........ PLAT RECG540S, TARRANT COUN7Y, 7EXAS O.P.R.TC.T. ........ A�h7LYAC PUBL/C RECA40S TARRANT COUNTI; 7FXAS VtX. ........ HXUM£ /NST. NO. ........ /NS7NUMEN7 NUMBfR '( E 0 F�. �CP• Eo i s rF9 F-t �:' P � t�o:y 1 � •N .$RIqN R � y yApE'. , �--�r < �:� ��so98.. . �%�/2o2z EASEMENT ' ,,� � 5. 70' � 444 SQUARE FEET p � D. 0102 AC/QES � 2 N.• 6936813.59' L O T 20 Z� E.• 2314666. l0' �m Z BL OCK 12 � WESTCLIFF � � I/OL. 388—C PG. 92 c„ LOT 19 - P. R. T. C. T. � � MICHAEL & MA TT/ CROWELL INST. NO. D219175189 O. P. R. T. C. T. � � .� 1`� .� � 4: 9��SURVE�(�a�/ POINT OF , . sD �,� COMMENCING ■ � WINSLOW DRII/E (60' RIGHT—OF— wp Y� 6936653. 2314683. , � BASlS OF BEAR/NGS.-STA TE PLANE COORDINA TE SYSTEM, NORTH TEXAS CE(YTRAL ZONE 4202, NOR7N AMER/CAN DA 7UM OF 1.483, ADJUS7MENT REAL/ZA TION 2Q1 t. �' S'ANI TAR Y SE WER EASEMENT COORD/NA TES SHOWN ARE GR/D �DDRDINA TES BASED ON THE TEXAS SiA TE PLANE COORD/NA TE SYSTEM. RAYMOND L. GDODS0IV JR., INC. 12001 N. CENTRAL EXPY, STE 300 DALLAS, TX. 75243 2i4-739-8100 Tlg�Tlginc. co�n. SCA, TEXAS PE REC #F-493 TBPELS REG #10034>-00 ,/�JR LOT 20, BLOCK � 2 WESTCLIFF T. TAYLOR SURVEY, ABSTRACT N0. 1539 CITY OF FORT WORTH, TARRANT COtTNTY, TEXAS D223189368 Page 8 of 8 CONSENT OF lfEN FtOLDER MERS Phone: 1-888-679-6377 Alama Tit[e GF#' 600018230019Z-LSK M l N : 10076453200619Q02-5 Mort�ase Electronic Re�istration Svstems, Inc., as beneficiarv, as nominee for Svner�v Home Loans LLC., its successors and assigns , fien hofder, is the current lien hol.der of a Mortgage Deed ofTrust dated lulv 24. 20�0 executed by Michael C. Crowell and Matti A: Crowell, husband and wife, tv Ruth Vlf. Garner; Trustee, as recorded Julv 30, 2020 in clerk file No. D22o183593 , in the Real Property Records, of Tarrant Co�nty, Texas, hereby consents to the foregoing Sewer Facility Easement executed by Michael C. Crowell and Matti A. Crowell, to Citv of Fort Worth, and joins. in the execution hereof solely as Lien Nolder artd hereby does agree that in the event of the foreclosure of said mortgage, or other sale ofsaid property.described in said mortgage and below under judicial ar non-judicial proceedings, the same shall be sold subject to said Easement. SIGNEDANDEXECUTEQTHIS ���` DAYOF e��20Z3. Mortgage Electronic Regisfiration 5ystems, lnc_, as beneficiary, as nominee for5ynergy H e Loans, LLC, it's � suc sso and assi Jesslc� Rene' Blackwell �Y� Vice President Mortgage. Electrortic Registration 5ystems, Inc., as beneficiary nominee for Pulte Mortgage, I.LC., its successors and assigns, is a 5eparate �arporation that is acting sofely as a nominee for lien holder and lien holder's successors and assigns. IVfartgage Efectronic Registratian Systems, Inc., as beneficiary, as nominee for Pulte Mortgage; LLC, its s�ccessors and assigns, is organized and existing under the laws of Delaware arrd has an address of P�.O, Box 2U26, Flint, Michigan 48501-2�26; STATE .OF G COUNTY OF V1 f . � f � �j BEFORE' ME, the undersigned authority, on this day personally appeared S P�1i.A� (�4� wa� �t , as, V 1 LL�, (�j���;� for Mortsage Electronic Re�istration Systems, Inc., as beneficiarv, as norninee for Svnersv Home Loans, LLG, its successors and assi�ns known to me to be the persun who acknowtedged to me that they executed the same far the purposes and cons+deratton therein expressed, in the capacitytheFein stated, as the act and deed of said(, �e.nholder. � GIVEN UNDER MY HAND AND SEpL QF QFFICE THIS `VC day of �� 2023. .... � 7ennifer Korn Notary blic, ate of b� �� � � 08i�e My commission expires D224105660 06/17/2024 11:24 AM Page: 1 of 7 Fee: $44.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records -�,�� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: lF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE lT lS FILED FOR RECORD lN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102783 SS Rehab Contract 110 Parcel No. 21 PSFE 3812 Winslow Drive WESTCLIFF ADDITION Block 12 Lot 21 STATE OF TEXAS COUNTY OF TARRANT . p a�" �^�, , a'y fi !'i�d.i,F.u� 4',,,1 , i .. �p: �F�, `�i> i;,;�!' d, t 1, � :i;, �e�����3�oi9 3 �G-s�- C1 - �,_.._ .�.._ ..� \ KNOW ALL MEN BY THESE �RESENTS CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: �C�, I �� GRANTOR: Judson Paui Smith, IV and Nelda Johnson Smith GRANTOR'S MAILING ADDRESS (including County): 3812 Winslow Drive Fort Worth, Tarrant County, Texas 76109 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WOI�TH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A and Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, and junction boxes in, upon, SEWER FACILITY EASEMENT FOR�e Rev. 20230302 D224105660 under and across a portiort of the Easement Property, more fu{ly described in Exhibit A and Exhibit B aftached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all fimes to enter Easement Property, or any part fhereof, forthe purpose of construc#ing, operating, mainfaining, replacing, upgrading, inspecting and repairing said Facility. ln no event shall Grantor (I) use the Easement Property in any manner which interteres in any material way or is inconsistent with the rights granted hereunder, or (If) erect or permit to be erected within the Easement Properfy a permanent strucEure or bui(ding, including, buf not limiied fo, monument sign, pole sign, billboard, retaining walls, brick or masonryfences or walfs or oiher structures that require a buifding permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property but only to the extent that such surFace improvements do not materialfy interFere with the rights granfed hereunder, Grantee shall be obligated to restore fhe surface of the Easement Property at Grantee's sole cost and expense, including �the restoration of any sidewalks, driveways, or simiiar surFace improvements located upon or adjacent to the Easemenf Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Graniee's use of the easement granfed hereunder. Prouided, hawever, thai Grantee shall not be obfigated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of fhis Easement. Under Chapter 21, Suhchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitted before the 10� anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition_ The person signing this document on behalf of the Grantor warrants that he or she has fhe fegal auihorify to execute iFiis permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and fhat such binding authority has been granted by proper order, resolufion, ordinance or other authorization of the Grantor_ Grantee is fully entitled to refy on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD fhe abo�e-described perrnanent easement, together with, alf and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, ifs successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawf'ully claiming or to claim the same or any part thereof. This document may be executed in multipfe counterparts, each of which w�ll be deemed an original, but which #ogether will constitute one instrument. When the context requires, singular nouns and pronouns include the pluraf. [SiGNATURES APPEAR ON THE FOLLOWING PAGE] SEINER FACILITY EqSEMENT ReV.20230302 Fos�rx, Page 2 of 7 D224105660 Page 3 of 7 GRANTOR: Judson Paul Smith, IV and Neida Johnson Smith, By: ��,Q,� /�-- (Print Name): �Q�3, �o1r,�,Sv� S,r.;�$-� (Title): ACKNOWLEDGMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Judson Paul Smith, IV, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Judson Paul Smith. IV and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of xl�n-�. �`� c��� i � p4PRYPUe� LAVONNE S KEITH _ � Notary public, State of Texas N,,� � Comm. Expires Q3�31•2028 ���F�+P N�t�rylD 737793s Notary P blic, Sta e of Texas ACKNOWLEDGMENT STATE OF TEXAS § § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Nelda Johnson Smith, knowrr to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Nelda Johnson Smith and that they executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of ��� �� � [sea�� o�pRYpG�r^ L,AVONNE S KEITH .-G�,�M�-/ 2 N�t�ry Public, Stat� of Texas J�, N�O,� �emr�. �x��r@� ��°�1�aozg Notary P� blic, State of Texas K��'� N���Fyl@5�99��� SEWER FACILITY EASEMENT FOR� Rev. 20230302 D224105660 ACCEPTED BY: ACI�NOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT GRANTEE; City of Fort Worth By: (Print IVa e)M (Title) Interim Marvin erty Management Director APPROVED AS TO FORM AND LEGALITY ���� ���� By: . (Print Name) Matthew Murray (Title) .Assista nt City Attorney BEFOR� ME, the undersigned authority, a N.otary Public ih and for the State of Texas, on this day personally appeared Marilvn Marvin Interim Property Management Dlrector of the City of Folt Wo►th, a Texas home rule municipal corpor�tion, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the Cify of F'ort Worth and that they executed the same as the act of the Cify of Fort WorEh for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNbER MY HAND AND SEAL O� OFFICE this date of May 9, 2024 �sea�� . � Y P� AUSTEN LOPES � �-� Notary PubltoS'�ata af Texaa No ary ub ic, State of Texas * � * 7an�ant County . �'°rFOF��}� CORIRIIS9IOn E�. AUG. 08, 2O2B . SEWER FACIUTY EASEMENT ORTWORT , ReV, 20230302 Page 4 of 7 i � � � r � I D224105660 5' SANITARY SEWER EASEMENT LOT 21, BLOCK 12 WE5'TCLIFF T. TAYLOR SURVEY� ABSTRA,GT NO. 1539 CITY O� FOR7 WORTH, TARRANT GOUNTY, TEXAS 8eing a 17 square foot (0.0004 acre) tract of land sifuated in the T_ Taylor 5urvey, Abstract No, 1539, City of Fort Worth, Tarrant County, Texas, being a part of Lot 21. Biack 12, Westcliff, an addition to the Cify �f Fort Wo[ih, according to the plat recorded in Cabinet D, Slide 57, Plat Records, Tarrant County, Texas, and being a part of a t�act of fand described in a General Warranty Deed with Vendo�s Lien in Favor of i'hird Party to Judson Paul Smith IV, recorded in {nstrument Number Q2Z2221277, Official Publlc Records,.Tarrant County, Texas, and being more particulariy described as follows: CQMMENCING at a point on the north right-of-way line of Winslaw Drive (a 6D foot right-of-way) for the southeask comer of said Lot 21, Block 12, and the southwest comer of Lot 20, Block 12 of Westcliff, an additian to the City of Fort Worth recorded in Cabinet C, Page 92, Plat Records, Tarrant County, Texas; THENCE North 04°08`57" West, aiong the common line belween said Lot 20 and Lof 21, a distance of 207.00 feet to a poini for the northwest corner of said Lot 20, the northeast comer of said 4ot 21, the southeast comer of Lot 12, Block 12, of said Westcliff, and a comer of Lot 15, Block 12 of said Westcliff; THENCE over and across said Lot 21, Block 12, the following bearings and distances: South 44°36'20" West, a dlstance of 5_32 feet to the POINT OF BEGINNING; South 04°08'57" East, a disiance of 5.04 feet to a pofnt for comer, North 86°38'22" West, a distan�e of 2.4U feet to a poink for corner; North 26°07'57" West, a distance of 5,74 feet to a point for comer, South 86"38'22" Easf, a distance of 4.57 feet to the POIfVT OF BEGINNING confaining 17 square feet or 0_0004 acras of land, more or less. Basis af Bearings: State Plane Coordinate System, North Texas Central Zone 4202, North American Daium of 1983, Adjustment Realfzatian 2091. Bnan R Wade RPLS No. 6098 10f2112022 Page 5 of 7 Sheet 1 of 2 28,D19X D224105660 Page 6 of 7 �� �� � � 0 20 40 gp (FEET) 1 inch = 4Q ft. ,��\� � � �� •.`� LOT 14 � � BL D�'K 12 �� �� WESTCUFF �� �� 4�OL. 388—C PG. 92 '� � P R r. c. r. L4 ��� \ LOT �2 �� \ N,•6936855.38' � ------- _ _,_`---- E' 23�4570.52' _ ,�` l/AR/ABLE W/DTH ^ SANITARY SEWER EASEMENT 17 SQUARE FEEi O. D004 ACRES L3 N.•6936850.23' E.�2314573. 05' L/NE TABLE L/NE • BEARING LENGTH T. T,q YLOR SURI/EY �� s¢ oa'S�'E 5 04' ABSTRACT NO. 1539 �2 Nss3a22"w 240' LOT 22 BLOCK 12 L3 N26�7'S7"K' S.74' INESTCLIFF �4 sas 3e z2'�' 4.57' �0�- 388—D PG. 57 P.R. T. C. T_ LOT 21 LEGEND ..-._. F.ISFdIENT UNE / LOT 15 � �����2 , Q�\Cl ��6ag1�p9 ��a 6 �3,�p,5 ` E• S�4 36'20 "W ��, 5.32' �, L 1 �.� . . _ � � E.•23J4575 45' ,` L2 ��c��g�y 5 G o ,�-l�' ��G• � �� �. N : �O �j Q� �J LOT 20 � / LOT 16 \� , i� BL OCK 12 � WESTCL/FF b 1/OL. 388—C PG. 92 a: P.R. T. C. T. � •- •--• �vcw�e�rur+e ✓UDSON PAUL SMl7N, /V rn.r.Gr. ___. Pur�caea� rnrra,wraw,vrr, �x�s /NST. NO. 0222221277 RP.R.T.GT. ...._. fYFfpA1 P�/BUG RfCA40$ TAhWiWT �Nn ��S o_ P R r. c. r. MLl'.. __.». hXIIA(E P� ....._. PAGE INST N0. _...... /NSTRUMENT Nf/AlBER i\ � � POINT OF COMMENCING , I�o/2�/2oz2 �� 9AS/S OF BEAR/NGS.•STATF PLANE COORD/NATE SYSTEM, NORTH TEXAS CEN7T2AL ZONE 4202, NORTH .4MERlCAN DATUM OF 1983, ADJUSThlENT REAL/ZA AON 2011. COORD/NATES SHOWN ARE GRID COORD/NATES BASED ON ]NE TEXAS SFATE PLANE COORD/NATE SYS7£M. RAYMOND L. GDODSON JR., INC. I 12001 N. CENTFAL EXPY, STE 300 DAL.LAS, TX. 75.243 214-739-8f00 Tlg�Tlgi�ec. co�t SCA� 7'EXAS PE REG �F-493 T.BP.ELS 12EG #100341-00 ��,q WINSLOW DRlI/E . (60' R(GHT—OF—WAY) . VARIABL.E WIDTH SA.NITARY SEWER EASEME�ITT .�oT 2�, B.�ocx �z WESTCLI.FF T. TAYLOR SURVEY, ABSTRACT N0. 1539 CITY OF �ORT WORTH, TARRANT CDUNTY, TEXAS D224105660 CONSENT OF LIEN HOLDER Alamo Title GF# 6000182300193-LSK Veritex Communitv Bank ("Lien Holder"), is the current lienholder of a Mortgage Deed of Trust dated March 10. 2023 executed by Judson Paul Smith IV an unmarried man. to _ Clav Riebe Trustee, as recorded March 10, 2023 in clerk's file No. D223039964 in the Real Property Records, of Tarrant County Texas, hereby consents to the foregoing $ewer Facility Easement, executed by Judson Pau� IV, to Citv of Fort Worth and joins in the execution hereof solely as Lien Holder and does hereby agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage and below under judicial or non-judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS 1'' ` DAY OF�_ n� 2024. Veritex Community Bank By: o< <�=r�'�/j,%��'��'v ��►�/ (o �,�.r�r�.� �"� STATE O F I '� } � �L� ���t�e-t COUNTY OF I��} BEFORE ME, the unde,si ned authority, on this day personally appeared �� � j�j(�{��/ as, ���1� ��'�"���� for Veritex Communitv Bank , known to me to be the person who acknowledged to me that they executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS � day of D� 2024. ����`F1YP����� HEATHER VAUGHAN J '�P �/g =z: �� �=Notary Public, State of Texas ?�9��Hg,�4 Gomm. Expires 01-21-2025 ��'' �°iti�``� �1b��ry I� 128^��6590 W _ Notary Public, Stat f �G�LQ�J` My commission expires: Page 7 of 7 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 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 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic  $             25.24  AC Mechanic Helper  $             13.67  Acoustical Ceiling Installer  $             16.83  Acoustical Ceiling Installer Helper  $             12.70  Bricklayer/Stone Mason  $             19.45  Bricklayer/Stone Mason Trainee  $             13.31  Bricklayer/Stone Mason Helper  $             10.91  Carpenter  $             17.75  Carpenter Helper  $             14.32  Concrete Cutter/Sawer  $             17.00  Concrete Cutter/Sawer Helper  $             11.00  Concrete Finisher  $             15.77  Concrete Finisher Helper  $             11.00  Concrete Form Builder  $             15.27  Concrete Form Builder Helper  $             11.00  Drywall Mechanic  $             15.36  Drywall Helper  $             12.54  Drywall Taper  $             15.00  Drywall Taper Helper  $             11.50  Electrician (Journeyman) $             19.63  Electrician Apprentice (Helper) $             15.64  Electronic Technician  $             20.00  Floor Layer  $             18.00  Floor Layer Helper  $             10.00  Glazier  $             21.03  Glazier Helper  $             12.81  Insulator    $             16.59  Insulator Helper  $             11.21  Laborer Common  $             10.89  Laborer Skilled  $             14.15  Lather  $             12.99  Metal Building Assembler  $             16.00  Metal Building Assembler Helper  $             12.00  Metal Installer (Miscellaneous) $             13.00  Metal Installer Helper (Miscellaneous) $             11.00  Metal Stud Framer  $             16.12  Metal Stud Framer Helper  $             12.54  Painter  $             16.44  Painter Helper  $               9.98  Pipefitter  $             21.22  Pipefitter Helper  $             15.39  Plasterer  $             16.17  Plasterer Helper  $             12.85  Plumber  $             21.98  Plumber Helper  $             15.85  Reinforcing Steel Setter  $             12.87  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper  $             11.08  Roofer  $             16.90  Roofer Helper  $             11.15  Sheet Metal Worker  $             16.35  Sheet Metal Worker Helper  $             13.11  Sprinkler System Installer  $             19.17  Sprinkler System Installer Helper  $             14.15  Steel Worker Structural  $             17.00  Steel Worker Structural Helper  $             13.74  Waterproofer  $             15.00  Concrete Pump  $             18.50  Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31  Forklift  $             16.45  Foundation Drill Operator  $             22.50  Front End Loader  $             16.97  Truck Driver  $             16.77  Welder  $             19.96  Welder Helper  $             13.00  The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted  and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman  Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The  Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp Equipment Operators  Page 2 of 2 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783 CITY OF FORT WORTH Water and Sewer Improvements Contract 110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 102783 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK Water and Sanitary Sewer Rehabilitation Contract 110 CPN 102783 Sanitary Sewer Rehabilitation, Contract 110 CPN 102783