Loading...
HomeMy WebLinkAboutContract 63947FORT WORTH. CSC No. 63947 CONTRACT FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER EXTENSIONS ON SHOREVIEW DRIVE AND HATCH ROAD City Project No. 103122 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department 2025 DLCIENGINEERING EXCELLENCEm T.B.P.E. FIRM REGISTRATION #8997 2501 PARKVIEW DRIVE, SUITE 670, FT WORT, TX, 76102 of10 itall signed bpyy �.._.. DAVID�RANKIN 9 y 9 .............................. {gvid Rankin 1+ '• 98312 tea' late:2025.05.07'� 3:23:49-05'0[ OFFICIAL RECORD t� cis •••.......•• �,�� CITY SECRETARY 04/29/2025 FT. WORTH, TX FORT WORTH. M� City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalification 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 03/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 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 1100 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 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 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 7123 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 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: htti):Hfortworthtexas.gov/ti)w/contractors/ or httns:Hanns.fortworthtexas.gov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 93-3A-99 C—aBt In Place z 0344 03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025 111�o rere..ete Base Ma4e..;.,1 for- Tfeneh nePla 1-2,420rz0iz 038000 Nledi f e..+;efs to > ,.;86og refe..ete ct,.det-,,.e Wi i Division 26 - Electrical 26 05 00 Geffff a 3A'efk De.,eks F f legit+ e.,l !12 /1�z '1ti�0 De..ielit e,., f 1✓leet+ e.,l Cysteffis 170000,12 ;14 0!-a0 rcL�:Yal ls�?�i\; T „1�; il,, + / .,. a,,;� 0-2,26r2016 Division 31- Earthwork 31 1000 Site Clearing 03/22/2021 3123 16 Unclassified Excavation 01/28/2013 1 1 -23 23 0 4vr 28,4 v i3. 31 --2 n 00 r i. 1 01 �7 var9 0 W A �IRI .. Za�T 31 25 00 Erosion and Sediment Control 04/29/2021 11�-1 U 00 �' ., 17�7r�OQOoiz 111�no Rirr-ap 171 420,420,12 Division 32 - Exterior Improvements 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 r ; no i7 32 12 16 ,;,a :4eate,l 904 St bi =5 Asphalt 06/07/2024 3.1 1 �3 7Paving A"*iJ-t 1W:,;,.. ,. /,.., ,.1� Q,,.,1.,,,. �.. 17�7rr00/a is 32 13 13 Concrete Paving 06/10/2022 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants -iek 12/20/2012 32 3 B Unit Pa-, fi rerefete C r Qd#efs , ,.a Marley Qatte -s cvacrcc�J:��, G� 12,L20,12012 11 2/n z 32 17 23 32 1 25 Pavement Markings Address . 06/10/2022 1 1 inn 12n13 7 3231 13 Gufb Painti Chain Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retaining Walls 06/05/2018 37�i 3 To,,00il Pl semorA,-a,-A Finishing of Readway Right ,.f ways Sodding 034 z nv1�i 3292 4 32 92 15 Are N iye seediffg Native Grass and Wildflower Seeding nci1�T 10/06/2023 Tfeesa dfkiru1.0 W0000Q Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sewer 03/11/2022 33�z �Sr�anitary Glose,1 Gir-eiiit'TeleNisief (('�G:F37) liispe.3//lrl: Vi31rr.1Drd-.q 17/nrtr, 4v9,00242 3303 10 33 nn T10 Bypass Pumping of Existing Sewer Systems Teif4 Bending cmd Eleetf eel lsela&) 12/20/2012 1rzr420r42012 33 nn 1 1 T✓-v�-Tz 33 nn 12 �-v�-za Gef: fes e� re�,..el Test St4 e� r,r,.,.,-.esitt . Anode e G, n . C ., . � 1 �0000 1 � rLrzvrtozz 1 �0000W rLrzvraozz 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 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 3305 14 22�0 Grade C_'A4q,.4-ate JI7gia'4:17A411tq 03/11/2022 17!41vrioiz 3305 17 �--v�-zv 330520 20 Concrete Collars A ige-Befif+. �x� 03/11/2022 1-i2ni2n12 r�-avrav�z 33 zT 33 05 22 22 05 '12 r,...el Li of Plate Steel Casing Pipe 1r�420r42012 12/20/2012 7 �--o�-ate 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate W4100W zsrz-vrz-o iz 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 11 11 10 Bolts, Nuts, and Gaskets eti e 12/20/2012 1 ann i �v 33 11 11 Pt 461 12jige Ductile Iron Fittings zrrie�rrezQ2a z 09/20/2017 33 11 12 33 1 1 1 3 �✓-rrz� Polyvinyl Chloride (PVC) Pressure Pipe Ge,-. Ba f �xl,..,.� pe,7 Steel Cylinder- Type cvzxE�@t2-�Sj.T���", , 09/09/2022 n� �n 4 22 11 14 33 1210 22�= Bt* ea Creel Pippe „rd 1,;�,-;,. g Water Services 1-inch to 2-inch T �10QQQ4 2 z 1szrz-vrz-e i 02/14/2017 1242 33 1220 afge WeAe,. Mete,-s Resilient Seated Gate Valve z 05/06/2015 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 33 1260 `+ Vlye n St.,n,1.,,.,1 Blow ! n�/lvvrrirrvi� 3331 12 off sseml Gufod in Naze Pipe(CIPP4 1 �/�12 c��1 3331 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 12/20/2012 Pipe 33 23 21r Ca -Rita,.), P � G� �/G/i1$� Saft taff SeWef Pipe E zznvrwzz 17/7n Nn17 �z� 33 31 50 33 21 '70 fflE ffge,f.eft Sanitary Sewer Service Connections and Service Line A;.. ,e zsrz-vrz-o iz 04/26/2013 1-2,4204201.2 �v 3339 10 Ce».b ina+;e« N'a4 f f Sanit„ff Sewer- Fe«ee Mains Cast -in -Place Concrete Manholes zzrrvrLviz 12/13/2024 33 39 20 �v Precast Concrete Manholes Fibefglass MEHiheles 12/13/2024 r1rra-roz4 ?.?.�no 33 39 60 Write..,°, n eves r+b., wtbe,. (W n rl Liners for Sanitary Sewer Structures 1 �/rr004! iz 04/29/2021 22�no neinf feel Co efete Ste..., c7fNtr TNra/r�s n�/nvlrvirio1T ]]�i 33 12 High Pe fts t„ Del„ethyle,.,e (14PPE) Pipe f f: ctcim- D%!i_°_'4 Deift `) 1 ��/rrrrvr=oii 11 /12NM G 41 � 33�3 f t:ee.7 Polyethylene (SRP Pipe Del.,,...•,,.. ene Pipe for- c`6wvn D%.' -a 06,110/vriiozz 33 46 00 Subdrainage 12/20/2012 33 4601 3l�ir D2tc�"�3 n�n mr/v1,T42011 3�46 02 Did T�++^,,��2 t L � n/nmr04 OW 4 AA 4Q 100 G'�t in Place Ti1.,fi eles allT,,,,.,fiaH B 17/1 4 33 49 40 r�t71'YY. �'3�s�`21,1ee 14ad ,,ally �d Wifi T,, all', n7/n1 /-20 mrv�1-rviT Division 34 - Transportation �v 34 41 1n01 n r 1 rrtta 2I3�f�..,�.o�'r�� F Atta D =' i+47el Spe�; ..1,. „"" 2I3ar��o � Fai__ a2%pc� �: �E+ati9i4 varrrrvzz 1248/20i§ �� n' /^ n' � 001 �vr 34 41 10.02 n A�nv-✓ 3 14 41 11 �z Attcaehffiet4 G �3tl2tN0 afe Speei iea ieiff T-0ffl E)Fe,-„ T,-aff4 . C`;,.,la!F tlY 2 1 1 /77/7n1 2 34 4120 Readw1 n 1• ' Z l.1'�I�ltt:3H� �LI�I� i8S 1-/2n/2n1-2 rrrrvrrv�z 24 412001 .r i4efia T ED Road.,e., T � 7.J221i�n'g3S QAA CNn15 vrnr�rrez� 24 A l 20 02 �-�rrmor F-Fee,. ay LED D e.,.l,.,.,., r �.7,x1�11ffiC.� IL nc/1 cNn1 c vrn-r�rzez� 2n n�W � r r to �� � ' �I,I.14�I114t�:'9S nc/1 c/�n1 c vrnr�rrez� 24 41 2n �o 34 4150 C• �Slun�inu�� ✓.ems Single Mode > ibe,. npt; e Cable 11/1'1/7n12 rr1 /26,120 6 � 3471 13 Traffic Control vrrrvrz-v�v 03/22/2021 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 6 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 GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised June 7, 2024 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/12/25 M&C FILE NUMBER: M&C 25-0731 (REVISED) LOG NAME: 60WSSHOREHATCH-CIRCLEC SUBJECT (CD 7) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company, in the Amount of $3,989,027.00, for Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road Project, Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with William J. Schultz, Inc dba Circle C Construction Company in the amount of $3,989,027.00 for Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road project; and 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $4,531,745.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road project (City Project No. 103122) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize execution of a construction contract for Water and Sanitary Sewer main extensions as indicated on the following streets and easement: Scope of Street From To Work Shoreview Easement Shoreview Drive Court 530 feet Water west Heron Drive 250 feet north 300 feet Water of Lake Worth west Easement between Shoreview Shoreview Drive and Heron Heron Drive Drive Water Drive Hatch Road Williams Hodgkins Water/Sewer Spring Road Road (Hodgkins Road Roxanne Way Hatch Road (Water/Sewer �Glenvar Road Hatch Road Dead End (Water/Sewer) Glenvar Road W. Hodgkins Dead End Water/Sewer Road This project primarily provides water service to Fort Worth residents who are currently served by the Cities of White Settlement and Lake Worth. Additionally, pressure reducing valves and thermal expansions will be provided to residents who will be transferred to Fort Worth's Water System. Asphalt pavement rehabilitation will be conducted on all the roadways from curb to curb subsequent to the water and sanitary sewer main installation. The project was advertised for bids on May 7, 2025 and May 14, 2025, in the Fort Worth Star -Telegram. On June 5, 2025, the following bids were received: Bidder Amount Time of Completion William J. Schultz, Inc. dba Circle C 400 Construction Company, Inc. $3,989,027.00 Calendar Days In addition to the contract amount, $343,267.00 (Water: $193,731.00; Sewer: $149,536.00) is required for project management, material testing and inspection, and $199,451.00 (Water: $111,541.00; Sewer: $87,910.00) is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is budgeted in the Water and Sewer operating budget for the purpose of funding the Water and Sanitary Sewer Extensions Shoreview Dr. and Hatch Rd. project within the Water & Sewer Capital Projects Fund. FY2025 — Water PayGo Appropriations per City Ordinance 27107-09-2024 FY2025 Amended FY2025 PayGo(includes YTD PayGo FY2025 Original any council Approved This M&C Remaining Adopted actions for/Moved to PayGo PayGo subsequent to Capital Projects Balance budget adoption) 1$92,597,771.00 $151,458,196.00 $(89,286,395.00) $(4,531,745.00),$57,640,056.00 *Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for the Water and Sanitary Sewer Extension on Shoreview Drive and Hatch Road project as are depicted below: Fund Existing . Additional Project Total* Appropriations Appropriations Water & Sewer Capital Projects $1,521,069.00 $4,531,745.00 $6,052,814.00 Fund 56002 (Project Total $1,521,069.00 $4,531,745.00 $6,052,814.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available 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 for the W&SS Ext Shoreview & Hatch Rd. project to support the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804 Oriainatina Business Unit Head: Chris Harder 5020 Additional Information Contact: Walter Norwood 5026 60WSSHOREHATCH-CIRCLEC FID Table 2 56002 0600430 103122 2025 $2,536,092.00 2 56002 0700430 4956001 103122 2025 $1,995,653.00 2 56002 0700430 103122 2025 $1,995,653.00 2 56002 0600430 4956001 103122 001780 9999 ($2,536,092.00) 2 56001 0709020 5956001 $1,995,653.00 2 56002 0700430 4956001 103122 001780 9999 ($1,995,653.00) 2 56002 0600430 4956001 103122 001780 9999 ($2,536,092.00) 2 56002 0600430 5110101 103122 001780 9999 $30,451.00 Water Staff Costs 2 56002 0600430 5550102 103122 001780 9999 $4,000.00 Public Outreach 1 56002 0600430 5740010 103122 001780 9999 $2,230,820.00 Pay to Contractor 2 56002 0600430 5740010 103122 001780 9999 $111,541.00 Contract Contingency 2 56002 0600430 5330500 103122 001784 9999 $42,162.00 Soil Lab Consultant 2 56002 0600430 5310350 103122 001784 9999 $11,712.00 Soil Lab TPW Staff Cost 2 56002 0600430 5110101 103122 001785 9999 $105,406.00 Water Inspection Staff 2 56002 0700430 4956001 103122 001780 9999 ($1,995,653.00) 2 56002 0700430 5110101 103122 001780 9999 $24,000.00 Water Staff Costs 1 56002 0700430 5740010 103122 001780 9999 $1,758,207.00 Pay to Contractor 2 56002 0700430 5740010 103122 001780 9999 $87,910.00 Contract Contingency 2 56002 0700430 5330500 103122 001784 9999 $33,230.00 Soil Lab Consultant 2 56002 0700430 5310350 103122 001784 9999 $9,231.00 Soil Lab TPW Staff Cost 2 56002 0700430 5110101 103122 001785 9999 $83,075.00 Water Inspection Staff 56002 2060000 103122 RETAIN Retainage FID 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 ADDENDUM NO. I CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No. 103122 Addendum No. 1 Issue Date: May 29, 2025 Bid Opening Date: June 5, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Please submit in pdf format, "Acknowledgment of Addenda" in the Requested Information section of Bonfire. INFORMATION 1. N/A SPECIFICATIONS 1. N/A CONTRACTOR QUESTIONS 1. How many calendar days are on this project? The bid proposal just shows XXX instead of the amount of calendar days. • The Contract time is shown in Project Manual under section 00 52 43 Agreement, 4.1 Final Acceptance. The time is 400 days. The City of Fort Worth uses calendar days. The Proposal Section is intended to be completed by the Contractor. The proposal is partially filled in for convenience. 2. Will the designer please provide specifications for the Pressure Reducing Valves? Also, we need the size(s) required. Pressure Reducine Valves will need to be capable of handling high pressures in the range of 125 psi to 142 psi. All PRV's must meet the requirements of the 2021 International Plumbing Code and the 2021 International Fuel Gas Code, with Local Amendments; PR Vs shall be suitable for exterior use, as noted on sheet 3 of the plans. 3. Will the designer please provide specifications for the Thermal Expansion Tanks? Also, we need the size(s) required. • Thermal Expansion Tanks must meet the requirements of the 2021 International Plumbing Code and the 2021 International Fuel Gas Code, with Local Amendments. ADDENDUM NO. 1 ADDENDUM NO. I 4. Will plumbing permits be required for the installation of the PRV's, Expansion Tanks and Water Heater Overflow Piping? • Yes, you need a permit from Development Services for PRV's, thermal expansion tanks, and extending the drain from the water heater. All PRV, Expansion Tank, and Water Heater Overflow Piping work shall meet all applicable plumbing codes, shall require a permit, and shall be inspected by Development Services. It shall be the plumber's responsibility to obtain a permit. 5. Would the city be able to extend the bid date by seven (7) calendar days or to June 12, 2025? • Not at this time. 6. Would it be possible to close Shoreview Drive from Sam to 3pm each workday during the waterline installation? We anticipate rock excavation to require large equipment that would take up 80% of the road width. • The City is evaluating the possibility, of local road closures during non peak tunes. Closing roadways overnight requires permission from the City Council. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to provide the "Acknowledgement of Addenda" form in the Requested Information section of Bonfire shall be grounds for rendering the bid "non -responsive." By: David Rankin, P.E. (No. 98312) Engineer of Record OF is r' J�[1T� '•t 9B312 OENS1 RECEIPT ACKNOWLEDGED: By: /. - c, . S Approved By: ;11"4 1 Date:05/29/�025 Tony Sholola, P.E., Assistant Director Water Department Company: C-- c le C Cai,,s>��u aT."o ri ADDENDUM NO. 1 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 0011 13 INVITATION TO BIDDERS Pagel of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road, City Project No. 103122 ("Project") will be received by the City of Fort Worth via the Procurement Portal httDS:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunities. under the respective Project until 2:00 P.M. CST, Thursday, June 5, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business day after bid opening date, exclusive of the bid opening date. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDs://fortworthtexas.bonfirehub.com/aortal/?tab=oi)en0nnortunities 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 4,084 LF OF 6", 8", and 12" Waterline replacement/installation by open cut, 2,590 LF of 8", 12" and 24" Sanitary Sewer replacement by open cut, and approximately 3,300 LF of Asphalt Street replacement. 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 httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities. 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/aortal/?tab=oi)en0nnortunities. under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: May 21, 2025 TIME: 10:30 AM CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST The Engineer's opinion of probable construction cost is $3,691,239. ADVERTISEMENT DATES May 7, 2025 May 14, 2025 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised 2/08/24 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.bcus) hftL)s://www.ethics.state.tx.us/data/forms/conflict/CIS.Ddf CIQ Form does not apply o CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply o CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: William J Schultz Inc dba Circle C Construction Comp 500 W Trammell Ave Fort Worth, Texas 76140 END OF SECTION By: Teresa S Skelly Signature: Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.xlsx 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: CPN - 103122 Units/Sections: 1. Water Improvements 2. Wastewater Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.x1sx Revised 9/30/2021 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. - Water Distribution, Urban and Renewal, 12-inch diameter and smaller b. -Sewer Collection System, Urban/Renewal, 24-inches and smaller c. -Auger Boring, 24-inches and smaller d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 400 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.x1sx 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Not Used Total Bid 7. Bid Submittal This Bid is submitted on . oe r, Zo Z 4 Respectfully submitted, By: (Signature) Teresa S Skelly (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Construction Compz Address: 500 W Trammell Avenue Fort Worth, Texas 76140 State of Incorporation: Texas Email: t.skelly@circlecconstruction.com Phone: 817-293-1863 END OF SECTION rs' 8 836-68 '/X by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: 7-" Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.x1sx 004243 BID PROPOSAL Pege 1 of4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Unit 1 - Water Improvements Bidlist Item Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value No 1 3311,0464 12" PVC Water Pipe (DR14) By Open Cut (Restrained Joints) 3311 12 LF 1665 i $185.00; $308,025.001 2 3305.2004 12" Water Carrier Pipe 33 05 24 LF 43 $160.00; $6,880.001 3 3311.0261 8" PVC Water Pipe (DR14) By Open Cut 3311 12 LF 1736 $ 115.001 S 199,640.001 4 3311.0161 6" PVC Water Pipe (DR14) By Open Cut 3311 12 LF 625 S 100.00 ! S 62,500.001 5 3305.1004 24" Casing By Open Cut 33 05 22 LF 43 $450.00; $19,350.001 6 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 6 $3,500.00; $21,000.00 7 13312.2004 1" Private Water Service 33 12 10 LF 200 $125.001 $25,000.00 8 13312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 12 $800.00! $9,600.001 9 3312.2003 1" Water Service 331210 EA 12 $1,500.00! $18,000.00 10 13312.3002 6" Gate Valve 33 12 20 EA 4 $1,800.001 $7,200.00 11 13312.3003 8" Gate Valve 33 12 20 EA 3 $2,200.00; $6,600.00. 12 13312.3005 12" Gate Valve 33 12 20 EA 2 $3,200.001 $6,400.001 13 13312.4005 8" x 8" Tapping Sleeve & Valve 33 12 25 EA 1 $4,500.001 $4,500.001 14 13312.1002 2" Combination Air Valve Assembly for Water 331230 EA 2 $18,500.001 $37,000.001 15 13312.0001 Fire Hydrant 331240 EA 3 $5,500.00! $16,500.001 1 16 10241.1118 4"-12" Pressure Plug 0241 14 EA 4 $1,500.00! $6,000.001 17 [0241.1218 4"-12" Water Abandonment Plug 0241 14 EA 4 $1,500.00; $6,000.001 18 13305.0003 8" Waterline Lowering 33 05 12 EA 2 $8,500.00; $17,000.001 19 13311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 4 $15,000.00 $60,000.00 20 13305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 235 $180.00 $42,300.00. 1 21 13305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 1106 $35.00 $38,710.001 22 [3305.0109 Trench Safety 33 05 10 LF 1708 $2.00 $3,416.00 23 [0241.1000 Remove Cone Pavement 0241 15 SY 212 $10.00 $2,120.001 24 10241.0500 Remove Fence 024113 LF 145 $15.00 $2,175.001 25 10241.0600 Remove Wall <4' 0241 13 LF 65 $250.00 $16,250.00' 26 10241.1602 Remove Concrete Water Vault (Deduct Meter) 0241 14 EA 2 $1,500.00 $3,000.00{ 27 [0241.1302 Remove and Salvage 6" Water Valve 0241 14 EA 1 $300.00 $300.00{ 28 10241.1303 Remove and Salvage 8" Water Valve 0241 14 EA 2 $300.00 $600.00{ 29 10241.0704 Remove and Replace Mailbox - Traditional 0241 13 EA 3 $250.00 $750.00{ 30 13441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 5 $1,500.00 $1,500.00 $7,500.001 $1,500.00 31 10241.1510 Salvage Fire Hydrant 0241 14 EA 1 { 32 [3305.0117 Concrete Collar for Valve 33 05 17 EA 10 $400.00 $4,000.00 33 13201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 1551 $32.00 $49,632.00{ 34 10241.1700 11" Pavement Pulverization 0241 15 SY 4226 $13.00 $54,938.00{ 35 [3211.9999 Cem-Lime 30 Ibs/SY 3211 29 TON 64 $610.00 $39,040.00{ 36 13211.0702 8" Cement Treatment 3211 33 SY 4226 $6.50 $27,469.00 1 37 13212.0303 3" Asphalt Pvmt Type D 32 12 16 SY 4226 $45.00 $190,170.001 38 13213.0101 6" Cone Pvmt 32 13 13 SY 106 $125.00 $10.00 $13,250.001 39 13211.0502 8" Lime Treatment 3211 29 SY 106 $1,060.001 40 13211.0400 Hydrated Lime (8" @ 40lb/SY) 3211 29 TON 3 610 $1,830.00{ 41 13213.0401 6" Concrete Driveway 32 13 20 SF 550 $35.00 $19,250.00{ 42 13305.0111 Valve Box Adjustment, w/Conc Collar 33 05 14 EA 10 $450.00 $4,500.00{ 43 13304.0101 Temporary Water Services 33 04 30 LS 1 $100,000.00 $100,000.00 44 13305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $1,500.00 $1,500.00 $1,500.001 $49,500.001 45 13110.0102 6"-12" Tree Removal 31 1000 EA 33 46 13110.0103 12"-18" Tree Removal 31 1000 EA 1 $1,500.00 $1,500.00{ 47 13110.0104 18%24" Tree Removal 31 1000 EA 1 $3.500.00 $3,500.00{ 48 13292.0400 Seeding, Hydromulch 32 92 13 SY 1681 $10.00 $16,810.00{ 49 13292.0300 Seeding, Mech Drilling (Shoreview Drive) 32 92 15 SY 16165 $12.00 $193,980.00 50 13292.0500 Seeding, Soil Retention Blanket 32 92 13 SY 360 $15.00 $25.00 $5,400.001 $1,250.001 51 13231.0111 4' Chain Link, Steel 3231 13 LF 50 _ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W 42 43 Bid Propos"I Workbook Shore Hatch 100 % OS 02 2025.x1sz R"h .d 9/30/2021 00 42 43 BID PROPOSAL Page 2 of 4 1 52 13231.0412 6' Fences, Wood 3231 29 1 LF 1 25 $50.001 $1,250.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvisod 9/30/2021 00 42 43 Bid Pmposal Workbook Slott Hatch 100% 05 02 2025.xlsx 53 13231.0307 20' Gate, Steel 54 13232.0100 Conc Ret Wall Adjacent to Sidewalk 55 13123.0101 Unclassified Excavation by Plan 56 3110.0101 Site Clearing 57 13305.0110 Utility Markers 58 3471.0001 Traffic Control 59 3125.0101 SWPPP z 1 acre 60 10171.0101 Construction Staking 61 10171.0101 Construction Staking (Shoreview Dr. Grading) 62 0171.0102 As -Built Survey (Redline Survey) 63 9999.0001 Temporary Chain Link Fence 64 9999.0002 Remove and Replace Wooden Bollard 65 9999.0003 5' Fences, Wood 66 9999.0004 6" Gravel Driveway Repair 67 9999.0005 2' Stone Retaining Wall 68 9999.0006 Reinforced Filter Fabric Fence 69 9999.0007 Thermal Expansion Tank 70 19999.0008 Pressure Redudcing Valve 71 9999.0009 Extend Water Heater Drain Outside Home 72 9999.0010 Construction Allowance (Water) 'Unit 2 - Sanitary Sewer Improvements 1 [3331.4327 24" PVC ASTM F1803 Sewer Pipe 2 13331.4115 8" Sewer Pipe PVC (By Open Cut) 3 13331.3101 4" Sewer Service 4 13331.3105 4" Private Sewer Service 5 10241.2103 8" Sewer Abandonment Plug 6 0241.2105 12" Sewer Abandonment Plug 7 3301.0002 Post -CCTV Inspection 8 13301.0101 Manhole Vacuum Testing 9 13303.0001 Bypass Pumping (Includes Lift Station) 10 13305.0207 Imported EmbedmenUBackfill, Select Fill 11 13305.0116 Concrete Encasement for Utility Pipes 12 13305.0109 Trench Safety 13 3339.0001 Epoxy Manhole Liner 14 13339.1001 4' Manhole 15 13339.1002 4' Drop Manhole 16 3339.1003 4' Extra Depth Manhole 17 3339.1101 5' Manhole 18 3339.1103 5' Extra Depth Manhole 19 3305.0107 Manhole Adjustment, Minor 20 0171.0101 Construction Staking 21 3110.0102 6"-12" Tree Removal 22 0241.0401 Remove Concrete Drive 23 0241.0500 Remove Fence 24 0241.0600 Remove Wall <4' 25 0241.2015 Remove 12" Sewer Line 26 0241.2201 Remove 4' Sewer Manhole 27 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 28 0241.1700 11" Pavement Pulverization 29 3211.9999 Cem-Lime 30 Ibs/SY 30 13211.0702 8" Cement Treatment 31 13212.0303 3" Asphalt Pvmt Type D 32 13213.0101 6" Conc Pvmt 33 3211.0502 8" Lime Treatment 34 `3211.0400 Hydrated Lime (8" @ 40)b/SY) 35 3213.0101 6" Concrete Pavement (Lift Station Parking) 36 13231.0111 4' Chain Link, Steel 37 13231.0114 8' Chain Link, Steel 38 13232.0100 Conc Ret Wall Adjacent to Sidewalk 39 13292.0400 Seeding, Hydromulch CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9130/2021 00 42 43 BID PROPOSAL Page 3 of 4 3231 36 J EA 2 1 $4,500.001 $9,000.00i 323213 I SF j 50 $125.001 $6,250.001 312316 CY j 1845 1 $35.00i $64,575.001 31 1000 I LS 1 1 1 $35,000.001 $35,000.00] 33 05 26 I LS I 1 $2,000-001 $2,000.001 I 3471 13 MO 6 $3,500.001 $21,000.001 31 2500 1 LS 1 1 1 $10,000.001 $10,000.001 017123 LS 1 1 $8,500.001 $8,500.001 01 71 23 1 LS 1 1 $5,000.001 $5,000.001 01 71 23 1 LS 1 1 $5,000.001 $5,000.001 3231 13 I LF 1692 $20.001 $33,840.001 EA 3 $1,500.001 $4,500.001 1 3231 29 LF 70 $25.001 $1,750.00' J SY 86 $35.001 $3,010.001 32 31 29 LF i 15 1 $1,500.001 $22,500.001 I LF i 3610 $5.001 $18,050.001 1 EA 1 66 1 $850.001 $56,100.001 1 EA 1 66 1 $950.001 $62,700.001 I EA 1 66 1 $400.001 $26,400.001 01 7123 LS 1 1 $100,000.001 $100,000.001 Sub -Total Unit 1 - $2.230.820.001 3331 21 LF 35 $1,200.00 $42,000.001' 333120 LF 1740 $135.001 $234,900.00! 1 33 31 50 EA 14 1 $1,500.001 $21,000.001 J 3331 50 1 LF 1 14 1 $125.001 $1,750.001 0241 14 1 EA 1 1 1 $2,000.001 $2,000.001 I 0241 14 EA f 2 $2,000.001 $4,000.001 I 3301 31 LF 1795 1 $5.001 $8,975.001 1 330130 1 EA I 13 1 $150.001 $1,950.001 1 33 03 10 1 LS 1 j $85,000.001 $85,000.001 33 05 10 1 CY 13273 1 $35.001 $464,555.001 33 05 10 1 CY 61 1 $250.001 $15,250.001 33 05 10 1 LF 1740 $1.001 $1,740.001 33 39 60 1 VF 95 1 $500.001 $47,500.001 " " " 1 33 7 EA 1 10 1 $6,500.001 $65,000.001 JiA ?o 1 EA 2 1 $8,500.001 $17,000.001 3a 3 VF 47 $450.001 $21,150.001 333370 EA 1 1 $28,500.001 $28,500.001 „ - - 1 VF 14 1 $600.001 $8,400.001 33 05 14 1 EA 13 1 $3,500.001 $45,500.001 01 71 23 LS 1 1 $5,000.001 $5,000.001 31 1000 EA 3 1 $1,500.001 $4,500.001 0241 13 1 SF 135 1 $10.001 $1,350.001 0241 13 1 LF 50 1 $10.001 $500.001 0241 13 LF 20 $150.001 $3,000.001 0241 14 LF 33 $25.001 $825.001 0241 14 1 EA 1 1 $1,500.001 $1,500.001 3201 18 1 LF 1740 1 $32.001 $55,680.001 0241 15 SY 1 4226 1 $13.001 $54,938.001 321129 TON 64 1 $610.001 $39,040.001 321133 1 SY 4226 1 $6.501 $27,469.001 321216 1 SY 4226 1 $45.001 $190,170.001 321313 SY 106 1 $125.00 $13,250.001 321129 1 SY I 106 1 $10.00 $1,060.001 321129 1 TON 1 3 1 $610.00 $1.830.001 321313 j SY 1 15 1 $125.00 $1,875.001 3231 13 LF 1 30 $25.00 $750.001 3231 13 1 LF 1 20 $35.00 $700.001 32 32 13 1 SF 1 30 $125.00 $3,750.001 33 92 13 SY 1 70 $15.00 $1,050.001 W 42 43 Bid Pmposal Wot0-1, Shore Hatch 100 % 05 02 2025.z1Sx 00 42 43 BID PROPOSAL Page 4 of4 40 13471.0001 Traffic Control 347113 MO 6 $3,500.00I $21,000.00j. 41 9999.0001 Pavement Striping Lift Station Parking 32 17 23 LS 1 $2,500.001 $2,500.001 42 19999.0002 Connect to Existing Lift Station LS 1 $12,500.001 $12,500.001 43 19999.0003 Connect to Existing Manhole I LS 1 $3,500.001 $3,500.001 44 19999.0004 12" Sewer HDPE Pipe (By Open Cut) j 3331 20 LF 795 $140.00_ $111,300.001 45 19999.0006 12" HDPE Plug Install/Remove j EA 2 $1,500.00 $3,000.001 46 19999.0006 Miscellaneous Utility Adjustment (Irrigation) I LS 1 $10,000.00 $10,000.001 47 9999.0007 Construction Allowance (Sanitary Sewer) I LS i 1 $70,000.00 $70,000.001 Sub -Total Unit 2 - $1,758,207.001 Total Base Bid = Sub -Total Unit 1 + Sub -Total Unit 2 : $ $3,989,027.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ra isa l 9/30/2021 01142 43 Bid Pmpasal Workbook Shore Hatch 100% 05 02 2025.xlsx MERCHANT�S� BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, lowA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. N/A That William J. Schultz. Inc. dba Circle C Construction Company. P. O. Box 40328, Fort Worth. TX 76140 (hereinafter called the Principal) as Principal, and the (hereinafter called Surety), as Surety, are held and firmly bound to Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( Five Per Cent of Greatest Amount Bid Merchants Bonding Company (Mutual) City of Fort Worth, 1000 Throckmorton Street. 5% of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 5th day of June 2025 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No. 103122 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bondinit ComDanv (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Witness as es X //f,A/ A.�'L. John A. Miller William J. Schultz, Inc. dba Circle C Construction Company Principal By - cSCs Teresa . 3�celly, President MerchagxKlu g Company (Mutual) By Sh,Attorney-in-Fact CON 0333 (2/15) MERCHANTS"%Ik BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •.••""'•••.• •.••"••. MERCHANTS BONDING COMPANY (MUTUAL) .••`4•���NA(�'•. •• ��N CO,�j'•� MERCHANTS NATIONAL BONDING, INC. kipop.'• e0*. ; •O? 00Aq ..0 dtbla MERCHANTS NATIONAL INDEMNITY COMPANY m. o y . ?2 2003 1933 : c: By •yam cr. a• .. •.•• J1 ...: �t1�.• ••6j>...... • ;'�d.President STATE OF IOWA �'• iI •.•••� ••••...••• COUNTY OF DALLAS ss. •�"""� On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 1� RIA4 Penni Miller OP sy Commission Number 787952 • • My Commission Expires IOWA January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5th day of June 2025 : �, •pp p aP09 9 . fij 1933 : C: Secretary sv . 2003 POA 0018 (6/24) """ • • 00 I • 'I" MERCHANTSS� BONDING COMPANYTM MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING. INC. P.O. BOX 14498 - DES MOINES. IOWA 5030o-341)8 , (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines. Iowa 50266 SUP 0073 TX (2/15) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. o BIDDER: William J Schultz Inc dba Circle C Construction Company 500 W Trammell Avenue Fort Worth, Texas 76140 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: Teresa S Skelly �y� (Signatures Title: President Date: 5-Jun-25 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.xlsx 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of aBidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxDermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 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 - Water Distribution, Urban and Renewal, 12-inch diameter and smaller -Sewer Collection System, Urban/Renewal, 24-inches and smaller -Auger Boring, 24-inches and smaller Contractor/Subcontractor Company Name Prequalification Expiration Date Circle C Construction 4/30/2026 Circle C Construction 4/30/2026 Circle C Construction 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company 500 W Trammell Avenue Fort Worth, Texas 76140 (Signature) 0 C_ JL Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 00 42 43 Bid Proposal Workbook Shore Hatch 100% 05 02 2025.x1sx FORT WORTU, SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State City State 1 Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: 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 City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department _ Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller _ Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller _ Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes _ Sewer Bypass Pumping, 18-inches and smaller _ Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of MAJOR WORK CATEGORIES, CONTINUED _! CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes _ Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes _ Transportation Public Works _ Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 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 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 - ITEM DESCRIPTION TOTAL BALANCESHEET VALUE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. . being duly sworn, deposes and says that he/she is the of . the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 004526-1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 104909. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CO TRACTOR: //.0,W T�s'��u.�,�Z 1 � �6 A el, CCor�su�v� �v�By: Cosa Zirt)Company (Please Signature: Address Title: City/State/Zip (Please Print) WCHIELE S I,ANUO`D q THE STATE OF TEXAS § NotaY Public STATE OF TEXAS w oUq ID # 1175W66 OF moo COUNTY OF TARRANT § my COMM.�• octo `7; L BEFORE ME, the undersigned authority, on this day personally appeared SS���fr known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ZS day of ,�s� 20,? N1 , Notary Public in and for the State Texas CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 004540-1 1 2 SECTION 00 45 40 Business Equity Goal Business Equity Goal Page 1 of 3 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 0 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance #25165-10-2021, (codified in Chapter 20, Article X of the 13 City's Code of Ordinances, as amended) and found online at: 14 httijs://codelibrarv.amIeea1.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 7.80% of the total bid value of the contract (Base bid 18 applies to Park & Recreation Department). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of 25 Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity 26 Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. P1.11 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 Required Business Equity documents, as detailed below, must be submitted no later than 2:00 31 PM on the 311 business day after the bid Close Date and Time. The apparent low bidder will CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised 03/07/2025 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 004540-2 Business Equity Goal Page 2 of 3 receive a message following the Close Date at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the bidder to submit the required M/WBE documents. The notified bidder must submit the required documents as an attachment to the message and send it through the Bonfire Portal by the deadline. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor - Protege participation. These forms are available in the Appendix: 0 Business Equity Utilization Form and Letter of Intent • Letter of Intent • Business Equity Good Faith Effort Form • Business Equity Prime Contractor Waiver Form • Business Equity Joint Venture Form 23 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REQUIREMENTS OF THIS 24 SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE AND THE BID 25 REJECTED. 26 27 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised 03/07/2025 004540-3 2 3 4 5 6 7 8 Business Equity Goal Page 3 of 3 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION WILL RESULT IN THE BIDDER BEING DECLARED NON -RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 03/07/2025 END OF SECTION Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on Ausiust 12t1i. 2025. is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and William J. Schultz, Inc. dba Circle C Construction Company, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road Citv Project No.: 103122 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Three Million Nine Hundred Eighty -Nine Thousand Twentv-Seven 00/100 Dollars ($3.989.027.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 400 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. and Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103122 Revised December 8, 2023 00 52 43 - 2 Agreement Page 2 of 6 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 svecificallv 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 anv act, omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. and Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103122 Revised December 8, 2023 00 52 43 - 3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv 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. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. and Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103122 Revised December 8, 2023 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 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. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. and Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103122 Revised December 8, 2023 00 52 43 - 5 Agreement Page 5 of 6 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 safety precautions. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. and Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103122 Revised December 8, 2023 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WBEREOF, 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: William J. Schultz, Inc. d_ba Circle C Construction Company By: , Signature Teresa S. Skelly (Printed Name) President Title P. O. Box 40328 500 W. Trammell Address — �� Fort Worth. TX 76140 City/State/Zip August 12. 2025 Date City of Fort Worth By: C>-qll-� Jesica McEachern Assistant City Manager 09/12/2025 Date of ppgTb* at ° O% Attest: /1 a�na�X ogd44 Jannette Goodall, City Secretary (Seal) M&C: 25-0731 Date: A, u ust 12, 2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Walter Norwood, P.E. Project Manager Approved as to Form and Legality: W4JC Douglas Black (Sep 9, 2025 12:25:27 CDT) Douglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 APPROVAL RECOMMENDED: cGris� Christopher H.,d—S, -� OFFICIAL RECORD Christopher Ilarder, P.E., Director, Water Department CITY SECRETARY FT. WORTH, TX W&SS Est. on Shoreview Dr. and Hatch Rd. City Project No. 103122 006113-1 PERFORMANCE BOND Page 1 of BOND NO. 101165235 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, Inc. dba Circle C Construction Compmy ., laiown as 8 "Principal" herein and Merchants Bonding Company_(Mutual�a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Tort Worth, a 11 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sum of, Three Million Nine Hundred Bii , ,Nine Thousand Twenty -Seven 00/100 Dollars 13 ($3 89.027.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City awarded 17 the 121 day of August 2025, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 19 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in 20 said Contract designated as Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch 21 Road, Citv Proiect No. 103122 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 24 perform the Work, including Change Orders, under the Contract, according to file plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be 'determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this they 12th .—day of. Au sgu t ^� 6 , 20 25 . 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2.5 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 ATTEST: (Principal} Secretary Mlchele S. ank or Witness as to Principal PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Co_nipany BY: Signature Teresa S. S kpl�,.presi&nt _ Name and Title Address: P.O. Box 40328 Fort SURETY: .r�'_�i � � � t� t ►1 !/� V Shed A. Klutts, Att=ey-uLEact_ Name and Title 7 Address: 6700 Westown. Parkway ...,_,...M / _Veit .Des..Moi�.M IA-5-02.66-7754 X /a<t . _...._........ _ Witness as to Surety John A. ler Telephone Number: (800) 678-8171-.� Finail Address: shervl a 'ohnamille associnc.com *Note: If sided by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 MERCHANT5710�, BONDING COMPANY-,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 ,.•""""�., ••"•'•. MERCHANTS BONDING COMPANY (MUTUAL) '�,•`P'00N44'•.•� •• ���G CQ�••� MERCHANTS NATIONAL BONDING, INC. C.)�•�RPOiQ,4 ;6'0; �O••op,P0,9�'Oy�. dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY Q2 -o- 0:�: .►.:Z -o- 2003 ; �� _ y 933 �: By/74- �•.�`� ,���J •'•��"•� �1a•'• President STATE OF IOWA �'� i7 .'� • . �'f . •• COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. IA(S Penni Miller Z o "P Commission Number 787952 - • • My Commission Expires IOWP January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025. �•' PoR'•ep ; :���pRP09 s''• tY i' 2003 : cz; y' 1933 �; Secretary '`'�y' •:.: �.ate:• POA 0018 (6/24) 006114-1 PAYMENTBOND Page] of2 BOND NO. 101165235 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, Inc. dba Circle C Conl�tQrpany_, known as 8 "Principal" herein, and Merchants Bonding Company (Mutual) , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 sum of Three Million Nine Hundred EightyNine Thousatid Twenty -Seven 00/100 Dollars 13 ($3.989. 227.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 12th day of August 2025, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to Punish all materials, equipment, tabor and other accessories 19 as defined by law, in the prosecution of the Work as provided for in said Contract and designated 20 as Water and San-itaty Sewer Extensions on Shorevievy,Drive.and Hatch Road, City Project No. 21 103122 22 NOW, THEREFORE, TIM CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with. the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 12th clay of 3 4 5 6 7 8 9 10 11 12 August ----, 20 25 r ft!"s (Principal) Secretary Michele S. ankford Witness as to Principal ATTEST: (Surety) Secretary 1 Witness as to Surely John A. fil PRINCIPAL: WilliamJ. Schultz, Inc. dba _ Circle CCConSttruction Corn, -)any BY: Signature Teresa S. Skelly, Presiden `_.__ Name and Title Address; P. O. Box 40328 500 W. Tra mell Fort Worth, TX 76140 SURETY: Signature Sheryl A. Mutts. Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines,U_.50266-7754 Telephone Number: 800 678-8171 Email Address: sheryl ,johnamillerassocinc.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY Or FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 MERCY-IANT. 571%�, BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •��(tiONq''' . "•" "� • MERCHANTS BONDING COMPANY (MUTUAL) . ' ., •' \ ...... j�'• MERCHANTS NATIONAL BONDING, INC. •'vj�.-* POQq'''�O' ©?�00 .I �• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 0% 2003 1933 By '•+d'�'' ���`•: '+•�'�i{� \�a••• President STATE OFIOWA �'• i� ,.`�� "'•",;;,,•'" COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. i.PRtA4 S ti Penni Miller Z o P Commission Number 787952 - • • My Commission Expires ` IOWPI January 20, 2027 "'�' -�'`� Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025. • �� Co ........... RR.4 A..4 � Y _ ' 2003 1933 ' c : secretary 0061 19 -1 MAINTENANCE BOND Page) of 3 BOND NO. 101165235 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we William J. Schultz, Incidb_a Circleed=rctios>_C 1npa11y, known as 8 "Principal" herein and Merchants Bonding Com an Mutual)--, a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 12 of Three Million Nine Hundred EightvNine Thousand Twenty Seven 001100 Dollars 13 ($3.989,027.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract: with the City awarded 19 the 12'h day of August, 2025, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, ill the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 23 designated as Water and Sanitary Sewer Extensions oil Shoreview Drive and Hatch Road, City 24 Project No. 103122; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City (` _Maintenance Period"); and 30 31 WII£REAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTPUCTION SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER., if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie iri 12 Tarrant County, Texas or the United. States District Court for the Northern District of Texas, Foil 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTII W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCOON SPECIFICATION DOCUMENTS City Project Number 103122 Revised December 8, 2023 0061 19 - 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the _ 12th J day of August _....... _._ 3 2025 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: 'CY!�c�..�.. 1 (Principal) Secretary M1C e� ford PRINCIPAL: William J. Schultz, Inq Circle C �r,)ngmp Company BY: Signature Teresa S. Skelly President Name and Title Address: P. O. Box 40328 500 W. Trarmuel!_._.._. — Fort..Worth T 76140 Witness as to Principal SURETY: _Merchant _ nc ing_— oIn ( foal) BY: ignature Sheryl A. Klutts, Attorn ey-in-Fwc ATTEST: Name and Title Address: 6700 Westown Parkvv_a_ (Sure ;_kecretary 4A.]eZre West Des Moines I�6-7754 Witness as to Surety JohTelephone Number: (800) 678-8171 Email Address: sh9er 1 ohnamillermocine.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY Or FORT WORTH W&SS Ext. on Shoreview Dr. & Hatch Rd. STANDARD CONSTRUCTION SPECIFICATION'' DOCUMENTS City Project Number 103122 Revised December 8, 2023 MERCHANTS710�, BONDING COMPANY-,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •(�ON,q' . G ' • • • MERCHANTS BONDING COMPANY (MUTUAL) .�Q. '�•,� ••��\N,.,C©MA" MERCHANTS NATIONAL BONDING, INC. `:CO : •�RPORq •, O ;©•01�,P0,9�. y� d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 2003 :'�� 1933e: By 'i,+�ji,'••.......••���: •".i��'••��•f ''•`'�•• President STATE OF IOWA '•.•+��1 ��,..•' • • , .... COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors.:_ `PRtA�s Penni Miller z , Commission Number 787952 • • My Commission Expires `� p IOWP January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 12th day of August 2025. CO _ 2003 ,r o y' 1933 C • Secretary •;��.• %,vie••. ..•;�?,: ••,�,' •{ ''t� MERCHANTS� BONDING COMPANY,M MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 , (800) 678-8171 , (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 S END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Defmitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ l l Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes........................................................................................................................................... 28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee.......................................................................... 32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site...... 7.01 Related Work at Site ...... 7.02 Coordination ................... 35 35 36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost ofthe Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement...................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work............................................................................................................. 49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 .. 61 .. 61 Article 17 — Miscellaneous [Z 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-I GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim, 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-I GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-I GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-I GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 ami. and ending at 6:00 p.m , Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-I GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m, and ending at 5:00 p.m , Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m, and 6 p.m 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to 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 City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03. A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 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 Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 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 with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: htths://comi)troller.texas. Lyov/taxes/hermit/ 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 Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 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 indemni and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review.• 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDFMNIMATION PROVISION IS SPFCIELCALLV INTFNDFD TO OPERATE AND BE EFFF,CTIVF, F,VFN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DA AGF,S BF,1NG SOITGHT WERE CAITSFD. IN WUWIF OR IN PART. BY ANY ACT. OMISSION OR NFC.I,IGFNCF OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. IMS INDFMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY RNTEM&D TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOIJGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR, NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. l l .03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 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 Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them, 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice oftermination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 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 March 18, 2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 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" CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 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 March 18, 2025 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. DE21-147R1 , dated August 16.2022. prepared Alliance Geotechnical Group, a sub -consultant of DE Corp, a consultant of the City, providing additional information on soil conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Gannett Fleming, 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" CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 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 accident on a combined each 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: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 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: 2025 Prevailing Wage Rates (Heavy Construction Projects (Including Water and Sewer Lines) A copy of the table is also available by accessing the City's website at: hftDS:HaDDs.fortworthtexas.gov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.07 F., "Progress Payments" Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code with each Progress Payment. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 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: Street Use Permit Tree Removal Permit SW3P 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 March 18, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 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" See General Notes on Plans SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to written notification from the Director of Water. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 0073 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 8, 2024 011100-1 SUMMARY OF WORK SECTION 01 11 00 [103lul:�:a'L�7 PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 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 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. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 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 orprivate lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 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, CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 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 ofproposed 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Address Date Telephone For Use by City: Approved Citv CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Not recommended Received late By Date Remarks Date Rejected Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 SECTION 013119 PRECONSTRUCTION MEETING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Pagel of 3 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. 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 f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 17, 2012 013120-1 PROJECT MEETINGS Pagel of 3 SECTION 013120 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] 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 whenrequested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 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 c. 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 Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project managerthroughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompassesthe 2 entire scope of activities envisioned by the City to properly deliver the work. Whenthe 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design notrequired) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section I AH as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfilltheir 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status ofthe 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline(if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.14 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.1 below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to thisrequires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a newactivity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXYOO,X.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Agtivity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignmentof 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. ScheduleFormat 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls or 7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays) their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format providedin 5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. Thecontent 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in theCity's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued bythe 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE 2 PART 2 -PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE Page 10 of 10 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised October 6, 2023 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of5 1 SECTION 013216.1 2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 01 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 s s oCFW - Integrated Program y AcrNiTy I I A mvity Name y No FTW -Project Manager n G C b CD o w �. r/J O O N N �! N CID t11 X rn Project Schedule UU I FEU � Siarc I Nrish [geuecessc� SL lessors 434 434 02-Apr-18 17-Dec-19 Pre -Construction 38 8200 Award Constrution Contract 0 8210 SW Pollution PreventionPlan(Contractor Prepare and Submit) 10 8220 Ste WalkThrough 1 82 FreConstrution 38 8230 Notice To ProceedtPre-Constructon Meeting 5 8240 Pre -Construction -Public Meeting 1 8250 Mobilization 20 Construction Contract Execution 230 83 Construction 230 Street 1 90 Water B Sitcom 40 W10 Temp Water 10 3000 Construction Start 0 3020 Lay 8'' water and servides 25 3030 Tom p PaNng Repair 5 Paving 45 3040 Excavation 5 3050 StablizatiQn 5 3b60 Paurng 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Street 2 113 Water & Storm 63 3100 Temp Water L10 3110 Lay 8' water and services 15 3120 Tom p Favmg Repair 5 3130 Lay8'' Sewer and S.eNces 8 3140 Tom pF-irg Repair 5 3150 Storm Crain & Structures 20 Paving 45 3160 Excavation 5 3170 Stablization 5 Actual Work • Remaining Work • Critical Remaining Work • 38 0 10 1 38 1 1 20 230 230 90 40 10 0 25 5 45 5 5 30 20 10 0 113 63 10 15 5 8 5. 20 45 5 5 02-Apr-18 02-Apr-18 13-Apr-18 • Milestone o Remain in... ♦ Critical Milestone Actual Lei... * Completed Milestone Project Ba... 8200 8200 8210,8220 8230 8220 8240 8230 3000,8250 8240 3310 3020 3010, 8500 3030 3W 3100 3050 3060 3070, 3180 3080 3090 8510 3110 3120 3130 3140 3150,3220 3160 3170,2250 3180 Data Date: 30-Mar-18 I tai Mu zura osu platM AIMIJ_IJullA15101NJD JIFIMIAI IJIJggA1sI01NJD JIF� 0 396 0 424 0 __ ._____.._ __ � .____\__.__._____. -________ _____.__.._____.____..._____.._ ----- 396 � 0 0 81 0 0 140 0 0 0 0 0 140 110 110 110 __ - _•____ _-- ----- ------ __-'_-__----- -'----- _---- '------- ------ 140 40 140 77 57 0 , , 0 I , r 0 0 0 67 77 a 67 77 CIP-01B - Neighborhood Street FORT WORTH Construction Baseline Schedule Example s s CFW - Integrated Program AcrviTy i u Project Schedule Amairy-Name I Uu I tlu I stare 1 1,-1 3180 Pacing 20 20 19-0ct-18 15-Nov-18 3190 Flat Work 20 20 02Nov-18 03-Dec18 3100 Cleanup 10 10 27N-18 10 Dec18 3210 Street 2 Coy plete 0 0 10-Dec 18 Street 80 80 30-Aug18 A-Dec1'8 Water&Storm 13 13 M-Aug18 18-18 3220 Tom pWater 4 4 30.Aug18 05Sep-18 3230 Lay 8'' water and services 8 8 06-Sep-18 17See,18 3240 Tern p Paving Repair 1 1 18-Sep-18 1&Sep-18 Paving 50 50 12-0d-18 24•Dec-1E 3250 Excavation 5 5 12Oct 18 18-0d-18 3260 Stablizat'on 5 5 19-0d-18 25-0d-18 3270 Poring 20 20, 26-0d-18 25-Nov-18 3280 Rat Work 20 20 15-Nov-18 17-Dec18 3290 Clean up 10 10 11-0eo-18 24Dec18 3300 Street 3 Complete 0 0 24-Dec18 Street 134 134 19-Sep18, 01-Apr-19 Water &Storm 69 69 13Sep-18 27-Dec-18 3310 Temp Water 5 6 19-Sep 18 26-Sep18 3320 LW 8'' water and services 20 20 27-Sep18 24-Oct-18 3330 Tern p Paving Repair 3 3. 25-0d-18 2910d-18 3340 Lay 8' Sewer Lines L 3203 & L-8345 and Services 20 20 30-0d-18 28-Nov-18 3350 Lay 8' Sewer Lines L 3212& L-8355 and Services 15 15 20-Nou18 19-Dec18 3360 Tom p Paving Repair 5 5 20-Dec-18 27-Dec18 Paving, 60 60 07-Jao-19 01-Apr-19 3370 Excavation 10 10 07-Jan-19 18-Jan-19 3380 Stablization 10 10 22-Jan-19 04Feb19 3390 Pacing 20 20 05-Feb19 04-Mar-19 3400 Flat Work 20 20 26-Feb-19 25-Mar-19 3410 Glean up 10 10 1&Mar-19 01-Apr-19 3420 Street ComploodSubstantial Complete 0 0 01-Apr-19 Inspections 276 276 03-May-18 05-J -19 85 Inspection 276 276 03-Mey-18 05-J -19 8500 Inspection 225 225 03-Mey-18 25Mar-19 8510 Final l nspection 10 10 02-Apr19 15-Apr-19 8520 Complete Punch List Tasks 30 30 16-Apr-19 28-May-19 rreuecess] Su 3170. 301 3190 3180 3200 3190 3210 3200 8510 3140 3230 3220 3240 3230 3250, 3310 3240. 311 3260 3250 3270 3260 328Q 3270 3290 3280 3300 3290 8510 3240.32' 3320 3310 3330 3320 3340 3330 3350 3340 3360 3350 3370 3360 3380 3370 3390 3380 3400 2390 3410 3400 3420 3410 8510 Data Date: 30-Mar-18 mtei Mil zuru 'zu'zu� Float M AIMIiI3ul AIS101NJD dIFIMIAIMI2I3ullAISI0INIo CIF 77 7 77 ' 77.. _\ 67 0 0 0 0 -- - - _'---_-----_-------1--,_------------------------_. 67 _ 67:_ 6T1 6? 57 6 67 0 ---- ------- 0 0 0 0 0 0 0 0 0 0 0 3420 j 8510 5 3420, 331 8520�_ 0 8510 3530�� 0 Actual Work • • Milestone o Remain in... FORT WORTH, Remaining Work • ♦ Critical Milestone Actual Lev... CIP-01B - Neighborhood Street Critical Remaining Work • * Completed Milestone Project Ba... Construction Baseline Schedule Example n-::� �C bCD o w cfj o �• w oC4 ro N N (p t=1 CFW - Integrated Program Amviry Name Project Schedule yu I 1tu I sTarc 8530 Final WalkThrough for Completed Funch List Tasks 1 1 05-Jun-19 8540 Constry dion Final Completion 0 0 Closeout 90 Closeout Construction Contract Close-out As -Buff Survey 9100 AsPuib Survey (Submitted lay Contractor) Contract closeout 9110 Contrail Reconciliation 9120 Submittals (Project Closeout Documentation) 9130 9140 Final Construction Contract Invoice Paid 9150 Construction Contract ❑osed 9160 Lessons Learned im5 -135 06-Jun-19 135 135 06-Juni 135 135 D6-Jure19 5 5 96-Juc19 5 5 06-Jun-19 135 135 06-Jun19 30 30 06-Jun-19 38 38 19-iLF19 0 0 1 1 '14-NoA9 0 0 1 1 17 Dec-19 Actual Work • • Milestone Remaining Work • ♦ Critical Milestone Critical Remaining Work • ♦ Completed Milestone Hmsn [mee..ssr1 sties — F 05-Jin-19 8520 8540 05-Jin-19 8530 9100,9110 17Dec 17Dec 17 Dec 19 12 Jn-19 12 Jn-19 8540 9110 17 Dec 1.9 18-Jul-1.9 9100. 85 9120 11-Sep-19 9110 9130 23Oct -19 9120 9140 14-Nov-19 9130 9150 14-Noa-19 9140 916Q 17 Dec 19 9150 Data Date: 30-Mar-18 Mu illu M AIMIJ1JugA15101NID JIFIMIAIM12uJullAI5101NI J I F �I - ----- -- ----- ---- ----- ------ - ---- ----- ------ -- o Remainin... FORT WORTS, Actual Lev... CIP-01B - Neighborhood Street Project Ba... Construction Baseline Schedule Example 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of DATE July 20, 2018 END OF SECTION FZ ►Ii 0 M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESSEXAMPLE Pagel of5 SECTION 013216.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART 1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 01 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 to oCFW - Integrated Program �y ActiiTy I I Armvity Name p yNo FTW - Project Manager Project Schedule UU I NU I irysicCompIt /� lPLF'rr1ecr StartllPLl`rrjea Finisn 432 411 02-Apr-18 17-Dec-19 Pre -Construction 38 8200 Award Construction Contract 0 8220 Stie WalkThrough 1 8210 SW Pollution Prevention Plan (Contractor Prepare and Submit), 10 8230 Notice To ProceedtPreConstrudion Meeting 1 8240 Pre -Construction -Puldc Meeting 1 82 Pre -Construction 38 8250 Mobilization t 20 Construction Contract Execution 230 83 Construction 230 Street 1 90 Water B Stwn 40 WOO Construction Start 0 301.0 Temp Water 10 3020 Lay 8'' water and services 25 3030 Tom p Paving Repair 5 Ping 45 3040 Excavation 5 3050 StablizatiQn 5 3b60 Paving 30 3070 Flat Work 20 3080 Clean up 10 3090 Street 1 Complete 0 Street 2 113 Water B Storm 63 3100 Temp Water L10 3110 Lay 8" water and services 15 3120 Tom p Paving Repair 5 3130 Lay 8'' Sewer and S.eNces 8 3140 Tem p Raving Repair 5 3150 Storm Crain & Structures 20 Paving 45 3160 Excavation 5 11 02Apr-18 0 100% 02Apr-18 0 100% 02Apr-18 0 100% 02Apr-18 0 100% 17-Apr -18 0 100% 25-Apr-18 11 0% 02-Apr-18 11 50% 25-Apr-18 230 03May-18 230 0% 03May-18 90 03May 18 40 03May-18 0 0% 03May-18 10 0% 03May-18 25 0% 17-May-18 5 0% 22Jun-18 45 09-Ju1-18 5 09"v 09-Jul-18 5 0% 10Jull 30 0% 23-Jull 20 0% 06Aug18 10 0% 27-Aug18 0 0% 113 29-Jun-18 63 2&Jun-,18 10 0% 29-Jun-18 5 -07Y 00Aug18 8 0% 13-Aug18 -5 OIA 23-Aug18 20 ➢,% 30Aug18 45 050ct-18 5 E19v 050ct-18 3170 Stabllzatlon 5 5 0% 12-Oct-18 Actual Work • • Milestone o Remain in... Remaining Work • ♦ Critical Milestone - Actual Lei... Critical Remaining Work • * Completed Milestone Project Ba... 02 Apr-18 13Apr-18 17-Apr -18 25Apr-18 23 May-18 23May 1& 01-Apr19 01-Apr-19 10Sep18 29 Jm-18 16-May-18 21-Jm-18 28-J1n-18 10-Sep18 13JJk18 20JJk18 31-Aug18 31-Aug18 %Sep 18 10-Sep-18 10-Dec-18 27-Sep18 13,LF18 03Aug18 10 Aug 22Aug 18 29-Aug18 27-Sep 18 14D90-18 11-Oct-18 13-Oct-18 02-Apr-I8A 13Dec-19 02 Apr-1 &A 02 Apr18A 02 Apr18A 02 Apr18A 17-Apr -18A 19-Apr-18A, 02-Apr-I8A 1 &Apr-18A 01-May 18 01�ay 18 01-May 18 01.-May-18 01-May 18 01-May 18 15May18 20-Jun-18 05-Ju F18 05Ju M 8 12Ju L18 19-Ju k18 02-Aug 18 23Aug18 27-Jun-18 27-Jun-18 27-Jun-18 12Ju k18 02Aug- 18 09-Aug18 21-Aug18 28Aug18 03-Oct-18 03-Oct-18 10-Oct-13 15 May-18 02-Apr-18 A 1?Apr-18 A 17-Apr-18 A 19-Apr-18 A 15May-18 15 Mav-18 28Mar19 28Mar19 06 Sep 18 25-J re18 14-May-18 1st-JJn-18 26-Lrr18 06 Sep 18 11-Jul-18 18Juy18 20-Arl8 29 Aug18 06-Sep 18 06Sep-18 06-Dec-1'8 25-Sep 18 11-Jul-18 01-Aug-18 08Arl8 20Arl8 27-Aug18 25Sep18 OEDec-18 09-Oct-18 16-OcF18 Data Date: 30-Apr-18 -I'Pal Van—'"18 '1L1y Flaat Finish Date "WWIAI�9Y JI 1 IAl WIJIAI� Iry�J� 0 2 ®® I I I I I 400 6 - ---- - _'____•'..-- --_-_ 0 0 D I I I 85 —6 85 6 0 2 0 2 140 2 0 2 0 2 0 2 0 2 i 0 2 ' 140 2 110 2 I 110 2 110 2 140 2 140 2 .----- 140 2 77 2 67 2 0 2 0 2 0 2 -------------- 0 2 67 2 77 2 --------^--r----�-----r---- 67 2 77 2 CIP-01P - Neighborhood Street Construction Progress Schedule Example FORT WORTS, N 0 �n V1 io s s CFW - Integrated Program I Project Schedule I Data Date: 30-Apr-18 Actmity IU A maity-Name C1LL MU Nnysic@I% l,Lrratecrsbrc lFLr,r,,F1inisn S1a2 Nnih otal Van— -13L 1111 LLIkd actin lete I Float I Fulsh Date wNIJIJ yry Jli I�1 IJIJIAI� IryLJ Mtl 3180 Porting 20 20 0% 19-Oct 18 15-Nov-18 17=Oct-18 13Nov-18 77 2 I I 3190 Flat Work 20 20 0% 02- Nov -18 03-D IS 31 -Oct -18 29-Nov-18 77 2 3200 Clean up 10 10 0% 27-Nov-18 10-Dqc-18 21-Nov-18 05-Dec-18 77 2 3210 Street 2Coy plete 0 0 -096 (ma 10-c-18 06Dec-18 77 2 Street 80 80 30A4g18 24-Wc18 28-Aug18 20Dec -18 67 2 Water&Storm 13 13 20.Aug18 1&Sep-18 28-Aug18 14Sep-18 0 2 3220 To. pWater 4 4 0% 30-Aug-18 05-Sep-18 2&Aug18 ?1-Aug18 0 2 I I 3230 Lay8'' water and services 8 8 0% 0ESelr18 17-Selp,18 04Sep-18 13Sep-18 0 2 I I I 3240 Ternp Paving Pepair 1 1 6% 18-Sep-18 18-Sep-18 14-Sep-18 14-Sep-18 0 2 I I I Paving 50 50 12-Oet-18 24�(bc-1B 104Jcf-18 20Dec-18 67 .2 3250 Excavation 5 5 ©% 12- Oct -18 18_0d-18 10-Oct-18 16-oct-18 67 2 3260 Stabllzatton 5 5 0% 13oct-18 25-Oct-18 17-Oct-18 23-Oct-18 67 2 , 3270 Porting 20 20 .0% 25-Oct-18 26-Nov-18 24-Oct-18 20-Nov1867 2 _ 3280 Rat Work 20 20 096 15-Nov-18 17 Dec1814Nov-18 13Dec-18 67 2 3290 Cleanup 10 10 0% 11-0eo-18 24-Wc-18 07-Dec 18 20Dec -18 67 2 3300 Street 3 Complete 0 0 090 24-Ckc-18 20-Dec-18 67 2 Street 134 134 19-Sep-18 01-Apr-19 17-Sep -18 23-Mar-1S 0 2 , Water 8 Storm 69 69 13Sep-18 27-Dsc-18 17-Sep-18 24-Dec-18 2- 2 3310 Tern pWater 5 6 0% 19-Sep-18 26-Sep18 17Sep -18 24Sep-18 0 2 T, 3320 Lay8'' water and services 20 20 0% 27-Sep-18 24-Oct-18 25-Sep-18 22-Oct18 0 2 3330 Tern p Paving Pepair 3 3. 0% 25oct-18 29-Oct-18 23-Oct-18 25-Oct-18 0 2 3340 Lay 8' Sewer Lines L 3203 & L-8345 and Services 20 20 0% 30-Oct1828-Nov-18 26-Oct-18 25-Nov-18 0 2 3350 Lay8' Sewer Lines L 3212& L-8355 and Services 15 15 0% 29-Nov-18 19-Wc-18 - 27A 18 17-Dec -18 0 2 3360 Tom p Paving Pepair 5 5 5% 20 Dec 27 Dec 18 18 Dec 18 241-18 0 2 Paving 60 60 07-Jan-19 01-Apr-19 O3Jarr19 2&Mar-19 0 2 3370 Excavatlon 10 10 D% 07-Jan-19 18-Jan-19 03-Jan-19 16-Jan-19 0 2 3380 Stall 10 10 0% 22-Jan-19 04-Feb-19 17-Jan-19 31-Jan-l9 0 2 3390 Paving 20 20 0% 05-Feb-19 04-Mar-19 01-Feb19� 2&Feb19 0 2 3400 Flat Work 20 20 0% 26-Feb 25-Mal9 22-Feb 21-Mar-19 0 2 3410 Glean up 10 10 0% 19-Mar-19 01-Apr-19 15Mar-19 4 2&Mar-19 0 2 3420 Street ComploodSubstantial Complete 0 0 0% 01-Apr-19 2&Mar19 0 - 2 Inspections 276 276 03May-18 O5Jin"19 L 9y-1$ 03-J-19 0 2 8500 Inspection 225 225 0% 03May-18 25-Mae19 01 ay-18 21-Mar19 5 2 8510 Final l uspection 10 10 0% 02-Apr-19 15Apr-19 29-Mar-19 11-Apr-19 0 - ----- -- 2 8520 Complete Punch ListTesks 30 30 046 16Apr-19 2&Mey-19 12-Apr-19 23May-19 0 2 8540 Constm cbon Final Completion 0 0 0% OS-Jan-19 03-Uni 0 2 Actual Work • • Milestone o Remain in... ro Remaining Work • ♦Critical Milestone Actual Lev... CIP01P Neighborhood Street ORT ORTH, -- w °° Critical Remaining Work • Completed Milestone Project Ba... Construction Progress Schedule Example UJ 0 CFW - Integrated Program I Project Schedule I Data Date: 30-Apr-18 H c[mty IL Hc[IvltyName ULl KU I % tlL nm Ec[Jbrt tiL Yro ec[Fln rsYi �112 Fim=h total Varen-FJL litlu 111y mplate caFloe DV ForshDte "�J�JIAI�ilYpJl1 � �I�JIAI� liy 8530 FinalW.alkThrough for Completed Pun on List Tasks 1 1 0% 05-Jri 05-J -19 03JurN9 03-J-19 0 2 85 Inspedlon 276 276 0% 03May-18 05-J -19 03-J-19 0 2 I I Closeout 135 135 0EJun-19 17 Doo 04Jurr19 13Dec-19 0 2 90 Closeout 135 135 0% 06-Jun-19 17 Dec 9 04JurF19 13Dec-19 0 2 Construction Contract Closeout 135 135 OEJun-19- 17 Dec-19 O4Jurr19 13Dec-19 0 2 As-SultSurvey 5 5 066Jun-19 12-Jan-19 04Jurr19 1'0zLrr19 25 2 ____—__ - _____._- 9100 As -Built Survey by Contredor) 5 5 0% OEJun-19 12-Jan-19 04-Jun-19 10-Jan-19 25 2 Contract Closeout ., 135 135 oei-jr 19 17-Dac-19 04-Jun-19 13Dec-19 0 3 I, 9110 Contrail Reconciliation 30 30 0% 05-Jun-19 1311F19 04Jurr19 16-Jul19 0 9120 Subm ittals (Project Closeout Doeum entafion) L38 38 0% 19-1-19 11SeP-19 17Jukl9 09-Sep-19 0 - 9130 Notice of CompletlonlGreen Sheet 1 0 0 0% 23Oct 19 21-0c1-19 0 �. 9140 Final Constini Contrail lrr lilPaid �1 1 0% 14-Nov-19 14-Nov-19 12Nov-19 12- Nov -19 0 __ ____ -.. 9150 Constru lion Contrad Closed 0 0 6% 14-Nov-19 12Nov-19 U 'L- 9160 LeRrons Leamod '� 1 1 090 117-Deb19 17- Dec -19 13Deo-19 13Dec-19 0 2 � Actual Work • • Milestone - Remain in... b CIP01P Neighborhood Street FORT ORTH;.> w Remaining Work ♦ ♦ Critical Milestone -- Actual Lei... CD 4. � Critical Remaining Work ♦ ♦ Completer) Milestone Project Ba... Construction Progress Schedule Example ,o 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESSEXAMPLE Page 5 of DATE July 20, 2018 END OF SECTION FZ ►Ii 0 M. Jarrell Initial Issue Revision Log SUMMARY OF CHANGE May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised August 13, 2021 0132 16.3 — PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Water and Sanitary Sewer Extensions Contractor Company Name: on Shoreview Drive and Hatch Road City Project No: 103122 Contractor Schedule Contact: City Project Manager: Walter Norwood, PE 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 texthere) 2. (insert texthere) 3. (insert texthere) C. List any actual delays and provide recovery actions 1. (insert texthere) 2. (insert texthere) 3. (insert texthere) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including 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] CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] Page 2 of 2 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 SECTION 0133 00 SUBMITTALS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 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 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: 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 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the 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) CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 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) 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] CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- 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 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and fmish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 35 END OF SECTION Revision Log CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: 104909 Project Name: Sanitary Sewer Rehabilitation — Contract 124 Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORT IL Date: DOE No. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 - - - - -----. 4 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 11, 2022 01 45 23 TESTING AND INSPECTION SERVICES Pagel of 2 SECTION 0145 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 Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 9, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 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 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1- GENERAL 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) canbe used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit isrequired. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 7113. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Divisionto 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 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 3125 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 3125 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 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 3125 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 3125 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 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Pagel of 2 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:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 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] CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 9, 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 SECTION 0166 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS INOT 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from I location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item will be measured by the lump sum or each as the work 31 progresses. Mobilization is calculated on the base bid only and will not be 32 paid for separately on any additive alternate items added to the Contract. 33 2) Demobilization shall be considered subsidiary to the various bid items. 34 b. Payment 35 1) For this Item, the adjusted Contract amount will be calculated as the total 36 Contract amount less the lump sum for mobilization. Mobilization shall be 37 made in partial payments as follows: 38 a) When 1% of the adjusted Contract amount for construction Items is 39 earned, 50% of the mobilization lump sum bid or 1.5 % of the total 40 Contract amount, whichever is less, will be paid. 41 b) When 5% of the adjusted Contract amount for construction Items is 42 earned, 75% of the mobilization lump sum bid or 3% of the total Contract 43 amount, whichever is less, will be paid. Previous payments under the Item 44 will be deducted from this amount. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 5 1 c) When 10% of the adjusted Contract amount for construction Items is 2 earned, 100% of the mobilization lump sum bid or 3% of the total Contract 3 amount, whichever is less, will be paid. Previous payments under the Item 4 will be deducted from this amount. 5 d) A bid containing a total for "Mobilization" in excess of 3 % of total 6 contract shall be considered unbalanced and a cause for consideration 7 of rejection. 8 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT 9 include any cost or sum for mobilization items associated with 10 water/sewer items. Those costs shall be included in the various 11 water/sewer bid Items. Otherwise the bid Items shall be considered 12 unbalanced and a cause for consideration of rejection. 13 f) The Lump Sum bid for "Mobilization — Paving" shall NOT include 14 any cost or sum for mobilization items associated with drainage items. 15 Those costs shall be included in the "Mobilization — Drainage" Lump 16 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 17 and a cause for consideration of rejection. 18 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT 19 include any cost or sum for mobilization items associated with paving 20 items. Those costs shall be included in the "Mobilization — Paving" 21 Lump Sum bid Item. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 2) The work performed and materials furnished for demobilization in 24 accordance with this Item are subsidiary to the various Items bid and no other 25 compensation will be allowed. 26 2. Remobilization for suspension of Work as specifically required in the Contract 27 Documents 28 a. Measurement 29 1) Measurement for this Item shall be per each remobilization performed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price per each "Specified Remobilization" in accordance with Contract 34 Documents. 35 c. The price shall include: 36 1) Demobilization as described in Section 1.1.A.2.a.1) 37 2) Remobilization as described in Section 1.1.A.2.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 3. Remobilization for suspension of Work as required by City 41 a. Measurement and Payment 42 1) This shall be submitted as a Contract Claim in accordance with Article 10 43 of Section 00 72 00. 44 2) No payments will be made for standby, idle time, or lost profits associated 45 with this Item. 46 4. Mobilizations and Demobilizations for Miscellaneous Projects 47 a. Measurement 48 1) Measurement for this Item shall be for each Mobilization and 49 Demobilization required by the Contract Documents CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 b. Payment 2 1) The Work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" will be paid for at the unit 4 price per each "Work Order Mobilization" in accordance with Contract 5 Documents. Demobilization shall be considered subsidiary to mobilization 6 and shall not be paid for separately. 7 c. The price shall include: 8 1) Mobilization as described in Section 1.1.A.3.a.1) 9 2) Demobilization as described in Section 1.1.A.3.a.2) 10 d. No payments will be made for standby, idle time, or lost profits associated this 11 Item. 12 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 13 a. Measurement 14 1) Measurement for this Item shall be for each Mobilization and 15 Demobilization required by the Contract Documents 16 b. Payment 17 1) The Work performed and materials furnished in accordance with this Item 18 and measured as provided under "Measurement' will be paid for at the unit 19 price per each "Work Order Emergency Mobilization" in accordance with 20 Contract Documents. Demobilization shall be considered subsidiary to 21 mobilization and shall not be paid for separately. 22 c. The price shall include 23 1) Mobilization as described in Section 1.1.A.4.a) 24 2) Demobilization as described in Section 1.1.A.3.a.2) 25 d. No payments will be made for standby, idle time, or lost profits associated this 26 Item. 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised November 22, 2016 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised November 22, 2016 FORT WORTHe 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 1 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. (htti3://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.r)df) 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 Vill. 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 2 of 22 I. Survev Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER 70RLAN LOW GAS OR OIL GE TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Stakine 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 3 of 22 IV. Survev Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: htti)://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. 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 anvthing that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set 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. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 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 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. Proiected 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 Namina 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 oroiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 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 6 of 22 I®I 1015 CI EL. = 100. OU N=5000.00 E=5000.00 � W z ~ W =� U Q U CL 0 0 W = W_ En J ~ Li 4 W y < X m� W �[ � Q 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 7 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 N � W � 2 N � Ol � O � O I (D D !v � n rD S 3 (D n O v n� a�'a ID Cn lD N < ff O (D TI N Ln N T. (i 0'U L7 r7 � � 0 !z rD N 0- !Z % o c) X v 0 NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK O OFFSET DISTANCE (SIDE FACING R.O.W.) u POINT #CENTERLJNE OF WATER UNE F- 1 HUB ELEVATION o 4 � STATIONING 4 4 (T/P IDENTIFIES TOP OF PIPE n IDENTIFIES OUT - -j OR FILL + HUB PAINTED AGUE, FLUSH _ r WITH GROUND, �illH TACK 4R BLACK DOT FRONT FRONT �SIQE FACING �] (SIDE FACING (�} o BACK 0 (SIDE FACING R_O_W.) � fF) P � CONTINUE STAKING IDENTIFY ANY �' EVERY 200' o H TEES, METERS ZE + GATE VALVES, o CROSSES. ETC. n II T/P + I � N � L rn - TfP [ i _ --I,- lea � kkl � HUB PANTEDOP TiNBLUE WITH 6 44) BLUE WHISKERS OR OD MRIL VATH BLUE YuHISKER { t5� ASP 'a 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT (SIDE F4IfJG �L O LLn 2rd CC —SIT STATE -6 N FnP Al InNMFNT N O FOR S<SMH'S h T LFRO FRONT re ;SIDE FACING V (SInF FA(;INO, — ftd7 let CFFSETA{E ET N Iv n nd CFF-FT RTAKF _ FOR ALIGNMENT S l l C]aT =aR w FDR MMH'S p sHHOR SSHH (D U i7 0 F N T ,' ,C) D cn VO 2ND OFF -ET STARE L' (SIDE FACING } FQR RUNE c MH v = 10EL — SrD MHst OFFfET S-AKE FOP. fJCNkErT CJ3- 7S u Y I O %iVH FACING j FtyLUWESTh fIAO �w %2 NF5FT ro Ln cn 1:3T DFFAk 5ANITAM 5EVFER UWE � " F N < � t� ` i S, S O (D T F�L._ H IDENTIFIES HMHDLE RW N i S' refu P FA pq "a p SIAIIONINU _ NE Ln r+ F O r !v fl- rD fL IDF}JT1-IF3 FI CN11NF CF I '2 � < ] ra NOP.TI RPE GRADE R{, Q ru = �oausC saTloxlrca �. !� KIM IJLNIHEI i Ix - GETNE-N SpiH'S W+sS ' --I.{N I O n n OR FILL t f-OR Nartnl FIFE LSS dC0', SPUT h P X I p THE aFFTRENCE Ana 'SET I STAKE IN THE MIDDLE po Imtmnim rLOWu-4i of I �-5P 0 _ s SOUTH PPE GRADE } < n _ n�k: o IDDTMES CUT - -1L f rOt+TtiY+ q ' 005 OR - FOF SOUTH PPE,y f �� _0 fM IL'FIJIIhItS HIM GhP1't FI IF PAINTrn m=FN, FII II5 1 4ATH _� ICENTIFIE3 GUT - � � '� _ O GROLNC, WTI TACK OF. BLACK DOT C- MANHOLE FM � V F-� (OPTIoVA_) HUB FAINTED GREEV MTH tJLJt Y'M:HtX] UK GULF r-AJL YATI I OLLE M i DN:Cr ; — m x D) a_ fD N a� r+ !v ILA M fD N rF >y CD 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 o 60D nail or hub set with o whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 2S' 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 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH n M m 0 m r 1 BACK z BACK C30E FAahr- R.ELW.) {SUE FA13NG R.QW_) POINT # IDENTIFIES M-1101-1 END OF THE WING PRINT 0 BEING STAKED I HLe ELEVAT10N II INLET STATION HUB ELEVATUN o + [IF NOTED ON PLANS] TfC IDENTIFIES GRADE TO TOP OF CURB 0 IDENTIFIES GRADE TO FLO4NNE c7 I DISTANCES FOR INLETS STANDARD 10' — 16' RECESSED W — 20' STANDARD DUJBLE 10' — 2&67 FRONT (SIDE FACING 0 n r m IDENTIFIES 1lHICH END OF THE YdNG BEING STAKED HUB %MTH TACK — — — — — — RECESSED ELMLE 10=7-36_67 — — — — — — — — — — I BACK OF INLET I BACK OF CURB BACK OF CURB --------- VnNG '.� , { k. I G'. .. ' ''MN.0 --------- FLOhLINE FACE OF INLET FACE OF INLET FLOWLINE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 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 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) CD e FRONT IDENTIFIES END (5DE FACING POINT OFFRrNT FRONT a T CENT (SIDE FACING) DENT1F1E5 START PC SIpE FACING} PONT Or 9JRVATIIRE . FC � y o i PT o + � BACK T IOQunrTes arFSET 13 TO RACK Cr CURD OR C F! 4 (SIDE FACING R.O.W.) FOR FACE OF CUFU3 TfC o co I I I I POINT ill $ fe III III I — III I IDENTIFIES GRADE IS TA TC• TOP 4F QUO NO, GRADE ON Hl1B ELEVATION T RAPIUS POINTS I 5 o OIA NO FLAGGING REQUIRFD IN LIEU OF PINK PAINTED LATE, f - - TOP OF CURB _ BACK OF CURB FACE OF CURB L ---�— �r FL0 VhLI NE E❑GE OF PAVEMENT 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 15 of 22 0 10' C/S STAKE 1D' O/S STAKE 'N/(;KADt A I W/ KADE A I EVEN STATION EVEN STATION 5D' KIAX. DISTANCE 50' MAX. DISTANCE 50' MAX. DISTANCE V MAX DISTANCE 44' MAX DISTANCE v0' MAX. DBTAVOE R4r7< OF C11RR DAD{ OF �1UrD IF ARG LENG-H 15 RACK Cr CURD _ GREATER THAN 14X}'. I A POC OFFSET O 50' MAY. CSTANCE O ro r10'v/s \\\• SHCLLD BE SET r-, 59' MAX. DISTANCE 0 r ❑ STAKE r STAKE ry LJ 10' 0}S N/CRADE AT PC \ / \ f / '� WSAKE yGRADE 0' STWE\ f .AT PT KE STAKE \ EVEN TA10N d\� � } W/GRADE AT ElENSTATION ISTfiKE � sTWE / 11GRADE 111 N f GRADE AT PT �' 1 �° AT PG,y [�--- — —] 3V RADILS 30' PADIUS PONT U POINT 'N/TJO GRADE W/N4 ,R.ADE a ¢ a IC' 0/5 '9 m m 4J 1D. U/8 STAKE — — — _ — STAKE w/GRAD= EVEN ST§TION AT �' �' W/GRADE hT -VEI1 ETATION TYP , FRONT (SIDE FACING) n cn Brr IDENTIFIES OF"SEf IS TO BACK OF 3 CURB 1 If 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 Citv Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. 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 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 18 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 19 of 22 7 N � W � (D N � m � 0 0 ID LM I Ln v � n rD S 3 N-, (D O °1 D as (D IN cn 0 - fD O rD n N v j :T n aq V 0 Q rD w G Q Q O n X v 0 ,. 6O I i "r,n, 0 1-161 CLAYTON RQ W. 1w �+HsraJ. aso � +tPvc wareR PROPOSED /2 WATER UIVF e„„� - acrer� eW���-�w.,s„, �, � �� . ro 5� � •� o j XMM. ME: C7I'Y MAP36°, ]LI8-3i6 MAPSW PAGE NO. 74M. 6, T, W, SHem— rs'raei a �' u F - _ wOPM.xCzn9 WATER bEPARTM@TF mu avwx � ,�� �'r"'T�tgr 'maw-w.ew-x�� w'el 1 w CIAYIU�N AU W. (rnF1� PYD iiR- �O�WAN n&, - -- - Iwwtln srw o-aeDa - L2 WL ar cLAMW Ral STA O57m -12WL (FLM DM .STA. OM4w 0 L (FLOOD DFV REHOVE & FAME EYRST. PRORFZWwrB MTE YAWS ! RELiiC"M 'rAr ��y COW= 7-0 EXAM S' WA7�-0 'rlPk IS rEE .. h C2,)C�' W-SIA1_ l-OMM SLEEVE FEE � .i F-t��7A9f BIX 6 LOT 2 + 14W M.•A` - %L", rfansa.A-Wc s LV `� ram. • w�reea. RFIKIVE ElCr55T. le WATk74 CO •1# y/ ,raT }a �R aa� O TBIf •E t ���f BAR •' . n ,,1�����1�� IN, EMIASTA04623 - 6rWL i7[191.5125 INSTAL F 2L%7�.57O t 1PX V AM7M TEE tB we VAWEIV — I I -FM& M Im 9HYpRAAf1 [k'M / F 12C,SrE VMYE �/ N�99PC.3aL7�89 /g � E•7aacvmamr+ tip .�3 vnr[7sa. R. r.rrMvarH 7 d7T �4.r R_-�wrA I6Fi57QI.' iflLfi%O AFDi9B'0 E� 0 @s@ Olt r• ■t1x i _ z7 ZV PROPOSED I cy SIW,`TARY S.1 SEE -gHFr T =,,.Lkzm-12W A� A rSTAV 1-12 IE-VFRr. aEkn s s V .b omful LM - !P WL fFLffB M STA 5 75�12STA alga-Re&LRBSUWE 0WAVER PE ff%9fV5845Y M CYAT. W WArER CZ---6.TX43709 ISEY� ,87J6P19 - - P 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 se5fa-X IT Ndv ffi 0 jl a i' kip 4 yes as pqg V 3Nn SS WOW 05-0 VIS 3NJ7 NO- s M aJ1 R QEbIQ'oN 1.73f0}Id Auk �j-ItSM I(Oe J..7V!}„jNA7 lIJ3:L�.Nld3l1 N3M35 AMlI1M/S ONd L3lVN 7 � 6 C P — o t6W € a 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 0:\Specl aft BLK 29 3]05 CY,- R, WF0 —A X0 W.F.I�A Ly F-OSAY[rAW SEWER SERME W1 CLEANaff 7LAYTON IR� W. ,,Crtw r C) C09 2-wm �6 Z �WATER C) LINE A - L-3654 k'm wm V) rrru FFS�WSEWER Ile STA WX - Off SS LINE A LOT 2 L- 71"' --Z EXaT.SrADML-JM- EXIST_ SrALI-ML-304 RF"E EVST.SrMH CMSMwr S LF OF W LINE CQN5F.-FDfASSMH INCLUDE CON acULL4H & AM INSERriT W CORROSM FROTEMOV CWIIEIIFr PROP. if SS (NW) CEWAFECF Pnup. ASS musm TO FRAP.33WH. K-U-4wf5bm E-2MI553231 CITY MM NO. 201.8-380,2018--3-. MAPSCO PAGE NO. 74N, S, T, W ............ 71' ......... 7. MAREW 7�4 1-00 23.16.01—Attachment A —Survey Staking Standards.docx Page 23 of 23 D1\01 71 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. POIN I NO. NORTHING FASTING ELEII 1 6946257.189 2296079,165 2 6946250.893 2296062,141 3 6946307.399 2296038 B06 4 6946220.592 2796011,025 5 6946195.23 2296015 116 6 6946190.528 2296022.721 7 6946135.012 2295992115 8 6946002.267 2295919,133 9 6946003.056 2295931418 10 6945984.677 2295380 52 11 6945985.473 2295869.892 12 6945895.077 2295860.962 13 6945895.591 2295862.188 14 6945934.296 2295841.925 15 6945936.777 2295830.441 16 6945835.678 2295799.707 17 6945811.488 2295827.011 18 6945759.776 2295758.643 19 6945769.563 2295778.424 20 6945743,319 2295788,392 21 6945723.219 2295754.394 2.2 G945682.21 2295744.22 23 6945621902 2295669.471 24 6945643,407 2.295736 03 25 6945571,059 2295655.195 26 6945539 498 2295667.803 27 6945519,834 2295619.49 28 6945417,879 2295580.27 29 6945456.557 2295643.145 30 6945397,356 2295597.101 31 6945370.688 2295606.793 32 G945383.53 2295610.559 33 694S321.228 2295551.105 34 6945319,365 2295539.72.8 35 6945242.289 2295570.715 36 6945233.624 2295544.626 37 6945206,483 2295529.305 38 6945142,015 2295557.666 39 6945113.445 2295520.335 40 6945049 02 2295527.345 41 6945041.024 2295552.675 42 G945038.878 2295552.147 43 6945006397 2295518.135 44 6944944,782 2295520.635 45 6944943.432 2295556.479 46 6944860,416 2295534.397 DESCRIPTION 726.09 SSMH RIM 725,668 GV RIM 726.85 GV RIM 723,359 SSMH RIM 722,123 GV RIM 722.225 FH 719,448 WN9 RIM 713,331 WM RIM 713.652 CO RIM 711,662 SSMH RIM 710.046 WM RIM 707.72 WM RIM 708.205 WM RIM 709.467 WM RIM 710.084 CO RIM 707.774 SSMH RIM 708.392 SSMH RIM 711.218 SSMH RIM 710.086 GV RIM 710,631 GV RIM 712.849 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 M RIM 727.514 SSMH RIM 729.123 WM RIM 732.689 WM RIM 740.521 WM RIM 736.451 CO RIM 740.756 GV RIM 740.976 GV RIM 740.408 F11 746.34 WM RIM 746.777 CO RIM 748,454 WM RIM 749.59 SSMH RIM {� 751.058 WM RIM �1 �-•� 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM cr• 751.88 WM RIM 1T1� 51� 752.615 WM RIM y►#F{f 752-8C1 WM RIM 752.156 WM RIM 752.986 SSMH RIM PVY S 7[1(- fz-l?U flt Tx. t-� . CE-f- L Vi(-macAL 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 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 25 of 25 W rD Ql -0 rD > V, z Q rD T 3 3 rD > ao rD L/) r-i - ID < r) 0 rD r'J Ln rD V, 0-0 In 73 rD < CLV, 0 n r) fu X _0 0 (D CD 0 = F— [-.ten Page I.". :OMUfX Ctz Amew vmv Acrobat EA E -taleAH # a-Y B Tj • A� -A m rz M -W- if A�l� —:-- S - % Rplaric,'�ry FcllciiedHy flypeilir F[qout� jTt� F-,.A P—t� 0 pb—d Al g—1 ff-b. CaD7 N31 A & C— D T F Z; y L hl Rmied Name and N u m bpr- [StrpA Name) K Meter Boxes Fire flydranu 5,-dJ —rdaa Iewi': C-4,.LT— err V�b.� GPMGridjC—idt�l—' I. VC 42M PJC4M Kc4m PX 4202 Itc 411-1 Nly)34r9.E510 K jy)=6D3�7E4 P7 D kly)mfil�,"Dag-no &334- --.03m. rjrri g 7]&I0] L425130 D.,1-22 0131A2 7j&a5j K 1 Y]-&55915 4620 L%I' 1. m K 7153M NID -1S .1 1" .111) 39 714,431 7 EIV43201454259' E:-�=W35919.25,)0 KIY)-6&36K93D30 N(YI-69YM99943 117 M N-d 15 27F3476 2E.-&25 :"A Yl! E(X, -2 Yff-41 419 i E(P,-23�95r14SSO E;4�-MM&l t2A i 1910 T- 7,,_r,1144 MS-20 -, i - 7�3f.5 272.33 6% SE QX:4.320-36,U7l' E:q-m1H315930 u 54--w I-m K1y7=R36UL23m 2-3-3'fiE 7D4113 L-D' 07.rl 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 017123 1419M ylY:i1Z ► CF.11L —01L 1Yi:im PART 1- GENERAL 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 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. 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". CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction 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. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per 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 forLand Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 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 — AttachmentA — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1l�i f►•1`i`1: C C 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 forreference. 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) CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork 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 .0.1 ft 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION AM 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 bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at anytime deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 74 23 - 2 CLEANING Pagel of 4 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 017719-1 CLOSEOUT REQUIREMENTS Pagel of3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction ofthe 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City'swritten 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limitedto: 29 a. Specified spareparts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Lightbulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation ofall 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 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 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (ifrequired) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letterof Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 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 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to " Clearing ROW" CITY OF FORT WORT H Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 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 0133 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 1/2 inches x I I 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 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 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 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.I — title of section removed CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised December 20, 2012 SECTION 0178 39 PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS Pagel of 4 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 I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 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, I 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, providc the City I 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". CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 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. c. 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 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. CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road City Project No.: 103122 APPENDIX CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 GEOTECHNICAL INVESTIGATION WATER AND SEWER LINE IMPROVEMENTS HATCH ROAD, HODGKINS ROAD AND SHOREVIEW DRIVE FORT WORTH, TEXAS AGG REPORT: DE21-147R1 AUGUST 16, 2022 PREPARED FOR: DE CORP FORT WORTH, TEXAS PRESENTED BY: I �RLLIRnCE GGGEOTECFif11C19L GROUP Geotechnical Engineering — Construction Services — Construction Materials Engineering Testing 3228 Halifax Street - Dallas, TX 75247 Ph. 972.444.8889 FX. 972.444.8893 ALLlfil`ICE G GEOTECHNICAL GROUP August 16, 2022 Mr. Douglas E. Guinn, P.E. Senior Project Manager DE Corp 2501 Parkview Drive, Suite 670 Fort Worth, TX 76102 Phone: 817-763-8883 Email: Doug.Guinn@DEcorp.com Re: Geotechnical Investigation Waterline and Sewer Line Improvements Hatch Road, Hodgkins Road and Shoreview Drive Fort Worth, TX AGG Report: DE21-147R1 Dear Mr.Guinn: • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING AND TESTING • CONSTRUCTION INSPECTION Please find enclosed our report summarizing the results of the geotechnical investigation that was performed for the above referenced project. We trust that the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group (AGG) in order to maintain continuity of inspection and testing services for the project under the direction of the Geotechnical Project Engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact the undersigned at (972) 444-8889. Respectfully, ALLIANCE GEOTECHNICAL GROUP, INC. osNapa, E.I.T Mark arr Staff Engineer Senior Vice ALLIANCE �cCi�1✓��ilL�+t.�r^'?€.J' TFEXA'c R'''0,113-F-;RE-C F-i Dallas • Ft. Worth Frisco Dayton • Longview M E M B E R 3228 Halifax Street • Dallas, Texas 75247 p,A Jft I W Tel:972-444-8889 • Fax: 972-444.8893 • www.aggengr.com AhOW —TO n,e TABLE OF CONTENTS PAGE 1.0 PROJECT INFORMATION-------------------------------------------------------------------------1 2.0 SCOPE OF INVESTIGATION ---------------------------------------------------------------------- 1 3.0 FIELD OPERATIONS -------------------------------------------------------------------------------- 2 4.0 LABORATORY TESTING--------------------------------------------------------------------------- 3 5.0 SUBSURFACE CONDITIONS--------------------------------------------------------------------- 3 5.1 GENERAL SITE CONDITIONS---------------------------------------------------------- 3 5.2 SITE GEOLOGY ----------------------------------------------------------------------------- 3 5.3 SUBSURFACE CONDITIONS----------------------------------------------------------- 4 5.4 GROUNDWATER--------------------------------------------------------------------------- 4 6.0 U I L I TY LINE CONSTRUCTION-------------------------------------------------------------------- 4 6.1 DIRECTIONAL BORE ---------------------------------------------------------------------- 4 6.2 OPEN CUT EXCAVATIONS-------------------------------------------------------------- 5 6.3 BRACING/SHORING ----------------------------------------------------------------------- 7 6.4 CONSTRUCTION CONSIDERATIONS ------------------------------------------------ 7 6.5 TRENCH BAC K F I L L------------------------------------------------------------------------ 9 7.0 INSPECTION AND TESTING-------------------------------------------------------------------- 10 8.0 ADDITIONAL INVESTIGATION ----------------------------------------------------------------- 10 9.0 LIMITATIONS --------------------------------------------------------------------------------------- 11 FIGURES PLANOF BORINGS-------------------------------------------------------------------------------------------1 LOGS OF BORING-------------------------------------------------------------------------------- 2 T H R U 16 KEY TO TERMS OF BORINGS--------------------------------------------------------------------------- 17 RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS-------------------------------- 18 DESIGN OF TRENCH BRACING - LATERAL EARTH PRESSURE ---------------------------- 19 GRAIN SIZE DISTRIBUTION GRAPH ------------------------------------------------------------------- 20 ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 GEOTECHNICAL INVESTIGATION WATER AND SEWER LINE IMPROVEMENTS HATCH ROAD, HODGKINS ROAD AND SHOREVIEW DRIVE FORT WORTH TEXAS 1.0 PROJECT INFORMATION The project consists of new proposed water lines and new sewer lines to be installed within the City of Fort Worth. A new proposed 10-inch diameter water line will be installed along Shoreview Drive between Shore View Court and Heron Drive. The new water line will cross a 30 to 40 feet deep creek with steep creek banks. The creek banks consist of slopes ranging from 1.51-1:1V to 3H:1V. The invert depth of the water line along the alignment will range from 8 to 14 feet below the existing grades and about 6 +/- feet below the creek where the water line crosses the creek. It is understood that open cut construction will be used to install the water line along Shoreview Drive to Heron Drive. A horizontal bore construction method may be used to install the water line at the creek crossing. In addition, new proposed 10-inch diameter water lines and sewer lines will be installed using open cut construction method along Hatch Road and Hodgkins Road. It is understood that the water and sewer lines along Hatch Drive and Hodgkins Road will have invert depths ranging from 8 to 26 feet below the existing ground surface. 2.0 SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsurface conditions at the site, 2) characterize the subsurface conditions by testing the physical and engineering properties of the underlying soil and by observing groundwater conditions, 3) provide recommendations for utility trench excavations, 4) provide construction considerations regarding excavation and dewatering, 5) provide subsurface soil data for open trench construction and horizontal bore construction, 6) provide recommendations for open cut, shoring, and pipe backfilling and 7) provide pavement subgrade preparation recommendations. This report was prepared in general accordance with AGG Proposal P21-0105E-R1 dated August 11, 2021. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 1 3.0 FIELD OPERATIONS The field investigation consisted of drilling a total of twelve (12) test borings. Five (5) test borings (Borings B-1 thru B-5) were drilled along the proposed alignment at Shoreview Drive. Three (3) borings (Borings B-1, B-2 and B-5) along Shoreview drive were drilled to depths of 15 feet below existing ground surface. Test Borings B-3 and B-4 were drilled to depths of 60 and 70 feet below existing ground surface, respectively. Seven (7) test borings (Boring B-6 thru B-12) were drilled along Hatch Road and Hodgkins Road. Four (4) of the borings (Borings B-6, B-10, B-11 and B-12) were drilled to depths of 15 feet below existing grade. Test Borings B-7 and B-8 were drilled to depths of 20 feet below existing grade and test Bring B-9 was drilled to 40 feet below existing grade. A truck mounted drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained using standard, thin -walled, seamless tube samplers. These specimens were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain moisture during transportation to our laboratory. The relative densities of the granular material in the borings were evaluated by the Standard Penetration Test (SPT) in conjunction with split spoon sampling. The SPT involves driving a standard 2 inch diameter sampler a total of 18 inches or until 50 blows for 6 inches or less occurs. The blow counts and driving distances for each 6 inch or 50 blow increment are recorded. The first 6 inch drive is for seating purposes. The results of the SPTs are recorded at the respective testing depths on the Logs of Borings. Portions of the rock formation encountered in the test borings were continuously cored using a core barrel and rock coring techniques. The rock core specimens were logged, sealed, and packaged in plastic sample bags and placed in core boxes to protect them from disturbance and maintain their in -situ moisture content. The rock formations were also evaluated by the Texas Department of Transportation Penetrometer (TxDOT Cone) test. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxDOT Cone test are recorded at the respective testing depth on the Logs of Borings. The results of the boring program are presented on the Logs of Borings, Figures 2 through 16. A key to the descriptive terms and symbols used on the logs is presented on Figure 17. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 2 4.0 LABORATORY TESTING Samples were examined at our laboratory and representative samples were selected for testing. The in -situ moisture content, percent passing #200, and liquid and plastic limits of selected soil samples were measured. Hand penetrometer tests were performed to provide an indication of the variation of soil strength. The results of our testing program are presented on the Logs of Borings (Figures 2 thru 16). In addition, a sieve analysis was performed on a selected sample (Figure 20). 5.0 SUBSURFACE CONDITIONS 5.1 GENERAL SITE CONDITIONS The project consists of installing a new 10-inch diameter water line along Shoreview Drive between Shore View Court and Heron Drive in Fort Worth, Texas. The new water line will cross a 30 to 40 feet deep creek with steep creek banks that are heavily wooded. The creek banks consist of slopes ranging from 1.5H:1V to 3H:1V. In addition, an 8-inch diameter sewer line and an 8-inch diameter water line will be installed along Hatch Road and Hodgkins Road in Fort Worth, Texas. There are medium to large trees present along the alignment of Hatch Road and Hodgkins Road. See Plan of Borings (Figure 1A and 1 B) for site configuration, location, and aerial view. 5.2 SITE GEOLOGY As shown on the Geologic Atlas of Texas, the Shoreview Drive alignment is located in an area underlain by the Walnut Clay Formation. This formation typically consists of claystone, mudstone, limestone and shale. The proposed alignment is very close to Paluxy sand formation and Goodland Limestone formation. Paluxy sand formation typically consists of sandstone, limestone and mudstone. Soils derived from this formation typically consists of very fine to fine sand, silt, and silty sand with cross -bedding of clay. As shown on the Geologic Atlas of Texas, the Hatch Road and Hodgkins Road alignment is located in an area where Walnut Clay Formation is underlained by Goodland Limestone and Walnut Clay Formation. The Walnut Clay Formation typical consists of clay, limestone and shale. The Goodland Limestone typically consists of limestone, mudstone and claystone. Soils derived from these formations are typically moderate to highly plasticity clays exhibiting a moderate to high shrink/swell potential with variations in moisture content. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 3 5.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Borings. Note that depths shown on all borings refer to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 5.4 GROUNDWATER The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows for observation of the initial zones of seepage. Drilling fluid was required for the deep borings B-3 and B-4. Therefore, groundwater measurements were not possible at these locations. Groundwater was not encountered within the remaining test borings during the drilling operations. Shallow groundwater should be anticipated in most areas, especially during and after heavy wet weather periods. The borings were backfilled and the pavement patched prior to mobilizing to the next test boring. Therefore, delayed water level readings were not obtained. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, rainfall and elevated water level nearby ponds, creeks and channels. 6.0 UILITY LINE CONSTRUCTION 6.1 DIRECTIONAL BORE The project consists of installing a new 10-inch diameter water line between Shoreview Drive and Heron Drive in Fort Worth, Texas. It is understood that majority of the water line will be installed by open cut construction along this alignment except for where the water line alignment crosses the creek, which may be installed by trenchless construction. It is understood that the water line will cross the creek with an invert depth of 6 feet below the creek. The invert depths of the proposed water line will generally be 8 feet below the existing grade along the remainder of the alignment. The invert depth of the proposed water line at the creek crossing will be in the range of 50 to 57 feet below the surface elevation at borings B-3 and B-4. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 4 As indicated on the Logs of Borings, soil and rock conditions anticipated to be encountered along this segment will vary significantly. A highly unusual condition was encountered at Boring B-4. A very loose sandy silt layer was encountered between depths of 27 to 35 feet. It is possible that this layer is a loose non -cemented siltstone layer (highly unusual). It is also possible that this is a very loose sandy silt overburden soil layer. If this is the case, (and the very loose silt layer is an overburden soil layer), the hard rock layers above the very loose silt layer would be fill (cobbles and boulders placed prior to construction of Shoreview Drive over 50 years ago). Due to the difference in the elevation between Shoreview Drive and the creek (40'+/-), it is possible that deep fill was required between the creek and Shoreview Drive prior to construction of Shoreview Drive. As a result, this condition should be further evaluated with a shallow test pit at B-4 prior to bidding using a large backhoe with rock teeth. Drilling fluid was required for the deep borings B-3 and B-4. Therefore, groundwater measurements were not possible at these locations. It is recommended that ground water monitoring wells be installed at B-3 and B-4 to evaluate the ground water levels so the ground water can be addressed accordingly for open trench construction and potentially for trenchless construction. Note 1: It is recommended that all contractors bidding this project be required to submit references regarding previous similar projects performed through similar soil and rock conditions. Note 2: If trenchless construction is considered, the specific tunneling techniques and means and methods required for installing the pipe should be determined by a specialized tunneling contractor experienced with directional bores through similar soil and rock conditions. 6.2 OPEN CUT EXCAVATIONS It is understood that open cut trench excavations will be performed for the proposed new water lines and sewer lines along the Hatch Road, Hodgkins Road alignment and along the Shoreview Road alignment. The proposed water and sewer line is anticipated to have invert depths ranging from 8 to 27 feet below the existing ground surface along the Hatch Road and Hodgkins Road alignment and anticipated to have invert depths ranging from 8 to 14 feet along Shoreview Drive alignment. Subsurface soil and rock conditions encountered along the water and sewer line alignments will include clay soils, sandy clay soils, calcareous clay soils, sand fill, possible rock boulders ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 5 (fill) and hard to very hard tan fractured highly fractured weathered to severely weathered limestone, and very hard gray unweathered limestone. For the sewer and water line installation, the subsurface soil and rock conditions would also include water bearing granular soils and very hard gray unweathered limestone. Groundwater was not encountered within the test borings during the drilling operations. However, shallow groundwater levels should be anticipated in all areas after periods of rain and/or when water levels are elevated within nearby creeks and channels within the fractured limestone and sands and gravels. Drilling fluids were required to drill Borings B-3 and B-4, therefore groundwater measurements was not possible at these borings. It is recommended that ground water monitoring wells be installed at B-3 and B-4 to evaluate the ground water levels so the ground water can be addressed accordingly for open trench construction and potentially for trenchless construction. Sloughing of the jointed and fissured clay soils; the friable calcareous clay soils; the granular soils; fill soils and the severely weathered to weathered, fractured to highly fractured limestone may occur. Sloughing should be anticipated during the excavation and installation operations. For excavations at this site, it will be necessary to employ either sloped excavations or temporary bracing in accordance with OSHA regulations. General guidelines for design are discussed in the following sections. See Section 6.4 regarding Construction Considerations. Note: Due to the potential for pressurized aquifer conditions (water present with the sands and gravels during construction), dewatering must be performed prior to the start of excavation to prevent disturbance, softening and loosening of the supporting soils below the pipe. The dewatering should be performed to depths of at least five (5) feet below the proposed bottom of the trench excavations in order to minimize softening and loosening of the supporting soils. Recommended slope ratios for the respective soil and rock conditions are presented graphically on Figure 18. Trench excavations encountering submerged soils and weathered limestone from which water is seeping should be cut back along flatter slopes as indicated on Figure 18. Due to unstable surficial soils (non -plastic sand fill, and jointed/ fissured clay and unstable, weathered, and fractured rock), trench excavations to any depths at this site should be cut back in accordance with OSHA regulations. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 6 It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Additionally, layers of potentially caving jointed and fissured clay soils; friable calcareous clay soils; water bearing granular soils; and severely weathered to weathered, fractured to highly fractured weathered limestone will be encountered during excavation operations. As a result, the soils and weathered rock that will be exposed within the trench excavations will be very unstable even for cuts which remain open for short durations. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than five (5) feet from the crest of the slope and in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavation may encounter non -compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V) short term (less than 8 hours) and no steeper than 2 (H): 1(V) long term (over 8 hours). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities. 6.3 BRACING/SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of excavation bracing may be determined as presented on Figure 19. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at excavation side walls, dynamic loads, and vibration, which if present, must be included in bracing design. The excavation support system should be designed by a shoring specialist that is a licensed Professional Engineer in the state of Texas. 6.4 CONSTRUCTION CONSIDERATIONS It should be anticipated that groundwater could be encountered several feet above the invert depths especially after periods of heavy rain. A system of ditches, sumps, deep wells and/or dual staged well points, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail -water flow through previous backfilled sections and/or existing adjacent utility trenches. Prior to excavation, the alignment should be dewatered whereby ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 7 the groundwater level is lowered to an elevation of at least 5 feet below the deepest required excavation. Confirmation of adequate dewatering along the alignment should be verified prior to beginning excavation. Note 1: The groundwater level should be evaluated along the alignment prior to making any excavations. This will allow the contractor to take appropriate measures prior to beginning work in each area. Note 2: Excessive caving and bottom "heave" (invert blowout) and/or softening and loosening of the foundation subgrade is likely in some areas where proper dewatering is not performed prior to making trench excavations. If this occurs, AGG should be contacted immediately. The following guidelines are presented to aid in the development of the excavation plans: • Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. • Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the crest. • The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. • Identify other sources that might affect trench stability. • Identify underground utilities prior to the start of excavation. • Inspect trench excavations prior to the start of each work shift by qualified personnel. • Continuously monitor trench excavations by qualified personnel during construction. • Immediately inspect trench excavations following a rain event or other water intrusion by qualified personnel. • Inspect trench excavations by qualified personnel when changing soil conditions are encountered or after any occurrence that could have affected trench stability. • Test and monitor for atmospheric hazards (i.e. low oxygen levels, hazardous fumes, toxic gases) within trench excavations. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 8 6.5 TRENCH BACKFILL The excavated soils and rock can be used for trench backfill. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. The fill materials should be placed in 8 inch horizontal loose lifts and compacted to at least 95% of ASTM D698. The clay soils should be compacted at optimum to +4% above optimum moisture and the calcareous clay soils, granular soils and limestone fill should be compacted between -2% to +2% of optimum moisture content. The limestone fill should be adequately crushed to where individual rock fragments have a diameter of 4 inches or less. For fill depths below 10 feet or where it is desired to reduce post -construction settlements, the compaction level should be increased to a minimum of 98% of ASTM D698, at -2% to +2% of optimum moisture. Note 1: If the trench backfill materials are placed and compacted in accordance with the above recommendations, settlement / consolidation is estimated to be on the order of 1.0 percent of the fill height. Note 2: Differential pavement movements should be anticipated between utility trench backfill areas and paved areas beyond the limits of the utility trenches. The utility trench backfill will be subject to settlements (see Note 1 above). Note 3: The upper 8 inches of utility trench backfill beneath the pavement section (asphalt overlay and cement treated milled asphalt base) should be compacted to a minimum of 98% of ASTM D698 at -1 % to +2% of optimum. Note 4: Differential pavement movements should be anticipated between utility trench backfill areas and paved areas beyond the limits of the utility trenches. The utility trench backfill will be subject to settlements (see Note 1 above). To minimize differential settlements, flowable fill could be used as backfill. To minimize the width of the pavement settlements, narrow trenches with shoring could be used in lieu of open cuts. A thickened and reinforced concrete patch could then be used to span across the narrow trench that will settle if flowable fill is not used as trench backfill. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 9 7.0 INSPECTION AND TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of one test per lift per 100 to 150 linear feet of pavement subgrade compaction and trench backfill. Supervision by the field technician and the project engineer is recommended. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all proofrolling, site and subgrade preparation, cement stabilization and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well -trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 8.0 ADDITIONAL INVESTIGATION Due to unusual conditions encountered at Borings B-3 and B-4, additional investigation is recommended prior to bidding. As indicated on the Logs of Borings, soil and rock conditions anticipated to be encountered along this segment will vary significantly. A highly unusual condition was encountered at Boring B-4. A very loose sandy silt layer was encountered between depths of 27 to 35 feet. It is possible that this layer is a loose non -cemented siltstone layer (highly unusual). It is also possible that this is a very loose sandy silt overburden soil layer. If this is the case (and the very loose silt layer is an overburden soil layer), the hard rock layers above the very loose silt layer would be fill (cobbles and boulders placed prior to construction of Shoreview Drive over 50 years ago). Due to the difference in the elevation between Shoreview Drive and the creek (40'+/-), it is possible that deep fill was required between the creek and Shoreview Drive prior to construction of Shoreview Drive. It is critical to determine if the hard rock layers above the very loose silt layer is fill or native rock so that the proper means and method is utilized to over -excavate and shore the excavation in this general area. As a result, this condition should be further evaluated with a shallow test pit at B-4 prior to bidding using a large backhoe with rock teeth. The shallow test pit can be advanced to depths of 7 to 8 feet in order to allow an AGG Engineer to classify the overburden soil and rock accordingly as fill or native material. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 10 9.0 LIMITATIONS The professional services that have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group should be notified to review the effects on the performance of the construction recommendations. The recommendations given in this report were prepared exclusively for the use of the client, their client, consultants and contractors. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the untested samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147R1 PAGE 11 FIGURES ALLIANCE GEOTECHNICAL GROUP, INC. DE21-147-R1 f Project No: fILLIMCE DE21-147 I PLANS OF BORINGS GGEOTECHNICfIL PROPOSED WATER AND SEWER LINE IMPROVEMENTS FIGURE NO: GROUP HATCH ROAD, HODGKINS ROAD & SHOREVIEW DRIVE 1A FORT WORTH, TEXAS V B-1lk r ti Poo- B'T y� Y aff •. Distincuve COnrretO ConCeptS LOG OF BORING B-1 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf —0 --\4" ASPHALT ---------------------- Tan and brown calcareous CLAY, fissured, w/ 16 4.0 numerous calcareous deposits, limestone fragments 16 65 4.5 and iron stains 4.0 50/3" 14 40 16 24 3.5 50/2" —5 - ---------------------------------- Hard to very hard tan weathered LIMESTONE, fractured, w/ calcareous clay seams - ---------------------------------- Very hard gray LIMESTONE 50/0.25 -Invert depth at 8 feet 50/0.25" —10 Soft to hard gray sandv SHALE, w/ silt seams ^n 50/.25" —i7Jl 50/3.25" —1s Boring terminated at 15 feet — 20 — 25 — 30 — 35 Notes: FIGURE:2 Alliance Geotechnical Group, Inc. LOG OF BORING B-2 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf -o --\2" ASPHALT Very hard tan weathered LIMESTONE, fractured, w/ sandy clay seams 50/1" 50/0.5" —5 50/0.12" 50/0.12" —10 - Invert depth at 8 feet Very hard gray LIMESTONE 50/1 50/0.25" —1s Boring terminated at 15 feet — 20 — 25 — 30 — 35 Notes: FIGURE:3 Alliance Geotechnical Group, Inc. LOG OF BORING B-3 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: N/A* Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf -0 20/6" Brown LIMESTONE, w/ Sand and Gravel (FILL) 22/6" Hard to very hard tan weathered LIMESTONE, 36/6" factured, w/ calcareous clay seams 50/2" 50/1.25" -5 50/1" 50/0.25" -10 50/2.25" 50/2" -15 n 50/1" - 20 iTJ 50/0.25" - ----------------------------- Very hard gray LIMESTONE, w/ numerous very firm silty shale layers, silt seams, and weakly cemented sand layers and siltstone layers 50/1" - 25 50/0.25" REC65o - Multiple fractures from 25-30 feet. 2 ROD 0 i7iti::•: 50/2.5" Very dense tan weakly cemented SAND, w/ clay seams -30 •r•�rr •::: and occasional hard to very hard limestone layers and numerous weakly cemented siltstone layers ••r•irr 50/1.5" - 35 50/0.5" Notes: *Drilling fluid required to drill boring. Groundwater measurements not possible. FIGURE:4 Alliance Geotechnical Group, Inc. LOG OF BORING B-3 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: N/A* Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION (feet) & FIELD TEST DATA REC 0% ROD 0% Very dense tan weakly cemented SAND, w/ clay seams and occasional hard to very hard limestone layers and 50/2.5" numerous weakly cemented siltstone layers 50/2" —40 t; •:�: — ••i%r•a REC0 ROD 0% — 45 50/1.5" ••i%r•ti 50/2.5" 50/2" — 50 -- Very dense gray weakly cemented SILTSTONE, and =- - weakly cemented sand, w/ hard to very hard limestone -= = and sandstone layers == - Invert depth at 50 feet 50/5 50/1.1.5" — 55 50/1.5" 50/0.5 — 60 — 65 — 70 Boring terminated at 60 feet MC ILL PL PI -200 DID RIPEN UNCON Strain % % % % % pcf tsf ksf % Notes: *Drilling fluid required to drill boring. Groundwater measurements not possible. FIGURE:5 Alliance Geotechnical Group, Inc. LOG OF BORING B-4 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/15/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: N/A* Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf — 0 50/4.5" 50/1" Moderately hard to hard tan weathered LIMESTONE, fractured, w/ clay seams (possible fill cobble/boulders) 50/2.25" 50/1" —5 50/2.5" 50/1.5" —10 50/0.51, 50/0.5" —15 50/2" 50/1.75" — 20 50/2.5" 50/1.5" — 25 Hard to very hard gray shalev LIMESTONE (possible fill cobble/boulders) Very loose gray sandv SILT, w/ clay seams (possible 11 loose non -cemented siltstone) 3/6" 2/6" — 30 1 /6" 50/3" ; 50/1.5" — 35 39/6" �lJl\L ---------------- 17 65 Notes: *Drilling fluid required to drill boring. Groundwater measurements not possible. FIGURE:6 Alliance Geotechnical Group, Inc. LOG OF BORING B-4 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/15/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: N/A* Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS (feet) & FIELD TEST DATA 50/2.25" ' 50/1.5" — 40 vn*."It ,++• 50/2" 50/0.75" 50/0.75" —45 ;`.?i i REC 39% ROD 0% {};•; 50/2.5" 50/2" — 50 REC 0% }d+ ROD 0% Y: y:i:i 50/2 — 55 50/2" REC 65% ROD 18% 50/z" •": i 50/1.5" —60 REC 0% ROD 0% 50/2.5" 50/1.75" — 65 i. XSA i1:.. ... ••f- 50/2.25" 50/1.25 — 70 DESCRIPTION Very dense gray and tan weakly cemented SAND, w/ clay seams and occational hard to very hard limestone layers and numerous cemented siltstone layers MC ILL PL PI -200 DID RIPEN UNCON Strain % % % % % pcf tsf ksf % Very dense, tan and gray, weakly cemented SAND, w/ very hard sandstone seams 18 Very dense gray weakly cemented SILTSTONE and weakly cemented SAND, w/ hard to very hard sandstone layers -Invert depth at 57 feet. 16 43 19 24 Boring terminated at 70 feet 37 Notes: *Drilling fluid required to drill boring. Groundwater measurements not possible. FIGURE:7 Alliance Geotechnical Group, Inc. LOG OF BORING B-5 Project: Water & Sewer Line Improvements - Shoreview Dr. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 1A) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf Brown SAND, w/ limestone fragments (fill) 2 15 Hard to very hard tan weathered LIMESTONE, - -501, -5 �50/1.25" factured, w/calcareous clay seams -Invert depth at 8 feet 50/0.Very hard grayLIMESTONE 50/0.12" rY -10 50/0.5" � 50/0.25" -1s Boring terminated at 15 feet - 20 - 25 - 30 - 35 Notes: FIGURE:8 Alliance Geotechnical Group, Inc. LOG OF BORING B-6 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 113) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf —0 --\3" ASPHALT Tan and Brown sandy CLAY, w/ limestone fragments (FILL) 3 Tan SAND (FILL) 3 4 —5 — gravel layer at 5 to 6 feet Hard to very hard tan weathered LIMESTONE, fractured w/ calcareous clay seams 50/3" - Invert depth at 8 feet. 50/2" —10 50/0.5" 50/0.5" —15 Boring terminated at 15 feet — 20 — 25 — 30 — 35 Notes: FIGURE:9 Alliance Geotechnical Group, Inc. LOG OF BORING B-7 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/23/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf —0 5" ASPHALT over 3" BASE crushed concrete, gravel - - ---------------------- and sand F 4.5++ - Tan and brown sandv CLAY, jointed, w/ calcareous clay 14 4.5+ seams, numerous calcareous nodules and iron stains, 4.5+ jointed 13 41 15 26 4.5+ —5 4.5+ 9 4.5++ Very hard tan weathered LIMESTONE, fractured, w/ calcareous clay seams. l 50/0.51, —10 50/0.25" 150/0.5" —15 50/0.25" 150/0.5" — 20 50/0.25" — 25 — 30 — 35 Notes: - Invert depth at 12 feet. Boring terminated at 20 feet FIGURE:10 Alliance Geotechnical Group, Inc. LOG OF BORING B-8 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/22/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf _4" ASPHALT over 4" BASE (crushed stone) Gray and brown calcareous CLAY, fissured 11 42 15 27 4.5++ Firm to moderately hard tan severelv weathered 46/6" LIMESTONE, highly fractured, w/ calcareous clay 50/4" -5 _ layers 50/4.25" 50/3" —10 Firm tan and gray weathered SHALE, fractured, w/ �{ shaley clay layers —15 -Invert depth at 15 feet. Very hard gray LIMESTONE 50/0.5" 50/0.25" — 20 Boring terminated at 20 feet - 25 — 30 — 35 17 47 19 28 4.5++ Notes: FIGURE:11 Alliance Geotechnical Group, Inc. LOG OF BORING B-9 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/22/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf —0 --\4" ASPHALT --------- Dark brown and brown CLAY, jointed, w/ calcareous 4.5++ nodules deposits and iron stains 18 4.5++ 4.5++ 16 55 18 37 4.5++ —5 4.5++ - ---------------------------------- Brown and tan calcareous CLAY, fissured, w/ limestone fragments 13 36 15 21 4.5++ 4.5++ 10 4.5++ —10 50/0.5" 50/0" —15 50/0.75" 50/0.25" — 20 50/0.25" 50/0.25" — 25 50/0.25" 50/0.12" — 30 50/0.51, 50/0.25" — 35 Notes: Very hard tan weathered LIMESTONE, factured w/ calcareous clay seams. Very hard gray LIMESTONE - Invert depth at 26 feet FIGURE:12 Alliance Geotechnical Group, Inc. LOG OF BORING B-9 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/22/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf Very hard gray LIMESTONE 50/0.25" — 40 Boring terminated at 40 feet — 45 — 50 — 55 — 60 — 65 — 70 Notes: FIGURE:13 Alliance Geotechnical Group, Inc. LOG OF BORING B-10 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/22/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf —0 1 --\5" ASPHALT --------- ------------------ 4.5++ Tan and gray CLAY, w/ limestone fragments and 4.5+ calcareous clay (FILL) �10-35-15 zo --------a.-5----------- Tan and gray jointed sandy CLAY to clayev SAND, w/ 4.5++ limestone fragments 43/6" 17 4.5++ 50/6" —5 45/6" 50/5" —10 Hard tan and gray calcareous CLAY, fissured, w/ limestone fragments -Invert depth at 8 feet. Brown sandy CLAY, w/ clay seams 11 /6" — 15 11/6" Boring terminated at 15.5 feet — 20 — 25 — 30 — 35 8 66 Notes: FIGURE:14 Alliance Geotechnical Group, Inc. LOG OF BORING B-11 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/21/2022 Elev.: Location: Fort Worth, Tx (See Figure 113) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % ILL % % -% DID RIPEN UNsf Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf -0 --\4" ASPHALT Tan and gray jointed sandv CLAY to clavev SAND, w/ 13 4.5+ - - iron stains, calcareous deposits and limestone 12 3E 16 22 4.5++ - - - fragments 4.5++ 12 4.5++ -5 4.5++ - --------- Tan and gray calcareous CLAY, fissured, w/ severely 12 a3 1s 27 a.5++ weathered limestone seams - Invert depth at 8 feet 50/0" Very hard tan weathered LIMESTONE, fractured, w/ -10 calcareous clay seams 50/0.5" 50/0.25" -15 Boring terminated at 15 feet - 20 - 25 - 30 - 35 Notes: FIGURE:15 Alliance Geotechnical Group, Inc. LOG OF BORING B-12 Project: Water & Sewer Line Improvements - Hatch Rd. and Hodgkins Rd. Project No.: DE21-147 Date: 6/23/2022 Elev.: Location: Fort Worth, Tx (See Figure 1 B) Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC ILL PL PI -200 DID P.PEN UNCON Strain (feet) & FIELD TEST DATA % % % % % pcf tsf ksf % -0 Brown SAND, w/ crushed stone (FILL) - Tan and gray calcareous CLAY, fissured, w/ limestone ---------------------------------- 4.5++ fragments and iron stains (FILL) 11 4.5++ 4.5++ -5 4.5++ 8 36 18 18 4.5++ 10 4.5++ Brown clavev SAND, w/ calcareous nodules and 3.0 - limestone fragments 8 38 2.5 -10 -Invert depth at 8 feet Brown very sandv CLAY, w/ limestone fragments and 14 38 17 21 2.5 -15 —� calcareous deposits Boring terminated at 15 feet - 20 - 25 - 30 - 35 Notes: FIGURE:16 Alliance Geotechnical Group, Inc. KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols CLAY, � shaley Asphaltic ■ Paving SAND, clayey CLAY, sandy Misc. Svmbols 7 SAND —JV— Boring continues LIMESTONE, Soil Samplers weathered Rock Core CLAY, Calcareous Thin Wall Shelby Tube LIMESTONE, severely weathered Auger _ Description not given for: —= m THD Cone Penetration LIMESTONE Test Standard Penetration CLAY Test Notes 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (%) MC = natural moisture content (%) PL = plastic limit (%) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURER 7 Alliance Geotechnical Group, Inc. RECOMMENDED SLOPE RATIOS (FOR EXCAVATIONS OF 20 FEET OR LESS) Short Term Long Term (under 8 hours) (over 8 hours) OSHA TYPE SOIL / ROCK H V H I V Existing fill materials, clayey sand, granular soils, and soft , C clay soils (hand penetrometer of 0.5 to 0.9 tsf) 1-/z 1 2 1 C Submerged soils and/or fractured rock (weathered 1-'/2 1 2 1 limestone) from which water is seeping * Stiff to hard clay, sandy clay, tan sandy shale, cemented B sand cemented siltstone, tan weathered limestone, and gray 1 1 1-'/2 1 limestone (water seepage not occurring) ** H V 0 V H * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, or fractured rock (tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping. ** If Type C materials are encountered below Type B materials, the overlying Type B soils should be sloped back in accordance with requirements for Type C materials. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. Project No: ALLIANCE DE21-147 RECOMMENDED SLOPE RATIOS GGEOTECHNIC19L PROPOSED WATER AND SEWER LINE IMPROVEMENTS FIGURE NO: GROUP HATCH ROAD, HODGKINS ROAD & SHOREVIEW DRIVE 18 FORT WORTH, TEXAS LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS WHERE: -wq H Excavation Bottom , :' �/�' � 1�1 I 11V / I/ 11�1 Ground Surface Sh = k g H sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf for Overburden Soils Use 140 pcf for Limestone H = Height of Excavation, ft. k = Earth Pressure Coefficient; Use 0.40 NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads must also be considered, if present. RLLIflnCE mGG GEOTKFif1109L GROUP Project No: DE21-147 LATERAL EARTH PRESSURES PROPOSED WATER AND SEWER LINE IMPROVEMENTS FIGURE NO: HATCH ROAD, HODGKINS ROAD & SHOREVIEW DRIVE 19 FORT WORTH, TEXAS 100.0 95.0 90.0 85.0 80.0 75.0 70.0 65.0 = 60.0 f7 w 3 55.0 M m f7 z 50.0 N N Q F 45.0 w U w 40.0 a 35.0 30.0 25.0 20.0 15.0 10.0 5.0 0.0 1000.000 U.S. SIEVE OPENING IN INCHES 5 3 1.5 3/4 3/8 4 I Specimen Identification • B4 55'-60 Specimen Identification • B4 55'-60 100.000 10.300 U.S. SIEVE NUMBERS HYDROMETER 20 40 50 80 200 1 0 1.000 0.100 0.010 0.001 GRAIN SIZE MILLIMETERS Classification Gray Weakly Cemented Siltstone ILL PL PI Cu Cc 43 19 24 D100 D60 D30 D10 %Gravel %Sand % 4200 0.00 16.26 83.74 r ALLIANCE GRAIN SIZE DISTRIBUTION rProject Name: WATER AND SEWER LINE REPLACEMENT GEOTECIINICAL Project No: DE21-147 GROUP Tested by: I Date Tested I Checked by: BC 7i1i2022 JP Figure :20 GC-6.06.D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 FORTWORTH. PROJECT # BID # (If Applicable Please Check One) Amendment ❑ Change Order ❑ Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Eauity firm is owned by a Minority or Woman Business Enterprise (M/WBEI [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: 2. Name of Offeror/Prime Contractor: 3. Name of Business Equity Firm: Address: Firm Contact Name/Phone: 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): NAICS Code: (Owner/ Authorized Agent) Type or Print Name (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that (Owner/Authorized Agent) In the amount of $ (Name of Certified Business Equtiy Firm) (Date) (Phone Number) am the duly authorized representative of and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Signature of Owner/Authorized Agent) (Email Address) (Name of Offeror/Prime) (Date) (Phone Number) Department of Diversity and Inclusion Effective 01/01/2021 Business Equity Division Revised. 6-8-21 Email: DVIN_BEOfficeUiUmtworthtexas.gov Ph:817-392-2674 FORT WORTH PRIME/OFFEROR/OWNER COMPANY NAME: PROJECT NAME: PROJECT NUMBER: City of Fort Worth Business Equity Utilization Form Disadvantaqed Business Enterprise Utilization Form (Applicable if Federally -Funded) BID DATE: City's Business Equity Goal: (Check if addressing DBE Goal) Check all applicable boxes to describe ❑ Not Certified MBE Prime/Offeror/Owner's Classification: Certifying Agency: ❑NCTRCA F—]D/FW MSDC F-]TX DOT Ethnicity: ❑African American Hispanic 1:1Caucasian ❑WBE ❑DBE WBCS Asian ATTACHMENT 1A Page 1 of 4 Offeror's Business Equity (or DBE) % (Commitment: HUB ❑VOSB/ Section 3 SDVOSB Other: ❑ Native American Gender: ❑Male Demale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG proiects, documents will be submitted to the Citv Project Manager if up blicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer proiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth including portions of Denton. Parker. Wise. and all of Tarrant. Dallas. and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01/01/2021 Updated 02/07/2025 FORT WORTH ATTACHMENT 1A Business Equity Utilization Form Page 2of4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this boxFlif certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equitv firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES Specify Tier CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required) Certification Agency Name 1st Tier Business Name: Type of Service/Supplies: Certified By: Address: EID/FW MSDC FINCTRCA Phone: NAICS Code: 0TXDOT �WBCS Email: Other: Contact Person: $ AMOUNT: Business Name: Type of Service/Supplies: Certified By: E1DFW MSDC Address: FINCTRCA Phone: NAICS Code: 1:1TXDOT [_]WBCS Email: Other: $ AMOUNT: Contact Person: Business Name: Type of Service/Supplies: Certified By: EIDFW MSDC Address: FINCTRCA Phone: NAICS Code: E1TXDOT [:]WBCS Email: Other: Contact Person: $ AMOUNT: Gender and Ethnicity: Male ❑ Female ❑ Non -Binary African American ❑ Hispanic Asian Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary African American ❑ Hispanic ❑ Asian ❑ Caucasian ❑ Native American ❑ Male ❑ Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian 171 Hispanic Native American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Service/Supplies: NAICS Code: $ AMOUNT: Specify Tier Certification Agency Name 1st Tier ATTACHMENT1A Page 3 of 4 Gender and Ethnicity: Certified By: Male E Female ❑ Non -Binary ]D/FW MSDC ❑African American ❑Hispanic ]NCTRCA ]TXDOT ❑WBCS ❑Asian Other: Caucasian Native American Type of Service/Supplies: Certified By: ❑ Male ❑Female 1-1 Non -Binary ❑DFW MSDC African American ❑Hispanic ❑NCTRCA NAICS Code: ]TXDOTWBCS ❑Asian ❑Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female Non -Binary ]DFW MSDC ]NCTRCA []African American ❑Hispanic NAICS Code: ]TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American ❑Hispanic NAICS Code: ]TXDOT ❑WBCS ❑Asian ]Other: ❑ Caucasian ❑ Native $ AMOUNT: American Effective 01/01/2021 Updated 02/07/2025 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ ATTACHMENT 1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Authorized Signature Title Company Name Address City/State/Zip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 02/07/2025 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1 B Page 1 of 1 Check applicable block to describe Prime 0MMBE NON-MWBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by Bonfire to the Project Manager no later than 2:00 p.m., on the third City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. L Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participatinq in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 02/07/2025 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 FORT WORTH., City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Check applicable box to describe Prime/Offeror's Certification I�Business Equity � Non -Business Firm Equity Firm BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER If the Offeror did not meet the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Project Manager on Bonfire no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 02/07/2025 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than six (6) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ElYes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the FINO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must provide supporting documentation to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes No Effective 02/07/2025 ATTACHMENT1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 02/07/2025 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 02/07/2025 FORT WORTH. Joint Venture Page 1 of 3 Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered, use "N/A" if not applicable. A joint venture form must be completed on each project RFPBid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip Telephone Facsimile Cellular Certification Status: Name of Certifying Agency: E-mail Telephone Facsimile 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Cellular E-mail address Describe the scope of work of the non-M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev. 2/13/19 Joint Venture Pape 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 20 before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (sea[) Rev. 2/13/19 FORT WORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Project Number: Business Equity Goal: 7.80% Project Name: It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is 7.80%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 7.80% of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Eauitv Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Eauity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Eauity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort with supportina documentation 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Eauity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance &20-370 (a) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders should submit the completed and signed cover pages (pages 1 & 4 of this document) in the Bonfire Portal before the Close Date and Time. Bidders are strongly encouraged to submit all required Business Equity documents, including a Utilization Plan (or Good Faith Effort), at the time of their bid/proposal submission. However, per City ordinance, Proposers may submit the required documents after the Close Date and Time but no later than 2:00 PM on the 3rd business day (which will usually be the following Tuesday) after the Close Date. Vendors will receive a message following the Close Date and Time at Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines. To submit the required documents after the Close Date and Time, Vendors must submit the required documents as an attachment to the message and send it back through the Bonfire Portal by the due date and time. All items received through the message function will be appended to the Proposer's response; however, only Business Equity documents will be reviewed. Any attempt to modify any other portion of the bid will not be accepted or reviewed by the evaluation panel or Project Manager. Failure to submit a Utilization Plan (or Good Faith Effort) as required and by the due date and time may render a Proposer non -responsive. For any questions on how to submit the information, please contact Bonfire Support at httDs://fortworthtexas.bonfirehub.com/r)ortal/support. Do not wait until the deadline to reach out with questions to allow for time for them to respond and assist you. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Sianificant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a Low Bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value or Multi -award procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the 2 bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. For RPP/RFQ's where Dricinq is not included a preliminary utilization plan, or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. d. For CMAR/Design Build, a goal will be placed on the design portion which will need a utilization plan and letter or intent(s), or good faith effort with supporting documentation. For the construction portion where Dricina is not included a preliminary utilization plan or an acknowledgment of the City's goal must be noted on your proposal. Once pricing has been established an updated utilization plan with letter of intent(s) will be required. e. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance P420-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. 3 VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warnina'" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance &20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. Legal Name of the Proposer: Name of the Authorized Representative: Title: Signature of the Authorized Representative: Email: Note: Please see the Important Information on the following pages. List of Business Equity Documents Attached: • Instructions to Bidders About the Business Equity Goal • Business Equity Utilization Form • Letter of Intent • Good Faith Effort Form • Prime Contractor Waiver Form • M/WBE Joint Venture Eligibility Form If you have any questions, contact the Department of Diversity & Inclusion, Business Equity Division by question cut-off date provided in Bonfire. Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 4 GC-6.07 WAGE RATES CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 "General Decision Number: TX20250026 01/03/2025 Superseded General Decision Number: TX20240026 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). If the contract is entered �. into on or after January 30, 2022, or the contract is renewed or extended (e.g., an �. option is exercised) on or after January 30, 2022: If the contract was awarded onl. or between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $17.75 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $13.30 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2025. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 PLUM0146-002 01/01/2024 Rates Fringes PLUMBER/PIPEFITTER...............$ 38.28 12.81 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates CARPENTER ........................$ 10.40 ** Concrete Finisher ................$ 9.81 ** ELECTRICIAN ......................$ 13.26 ** Form Setter ......................$ 7.86 ** Laborers: Common ......................$ 7.25 ** Utility .....................$ 8.09 ** PAINTER ..........................$ 10.89 ** Pipelayer ........................$ 8.43 ** Power equipment operators: Backhoe.....................$ 11.89 ** Bulldozer ...................$ 10.76 ** Crane .......................$ 13.16 ** Front End Loader............$ 10.54 ** Mechanic ....................$ 10.93 ** Scraper .....................$ 10.00 ** Reinforcing Steel Setter ......... $ 10.64 ** Fringes $3.64 3.30 3.30 TRUCK DRIVER .....................$ 7.34 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.75) or 13658 ($13.30). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic area covered by the wage determination. The classifications are listed in alphabetical order under rate identifiers indicating whether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with characters other than '"SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2024 in the example, is the effective date of the most current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in January, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non -union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non -union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHD Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHD Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. END OF GENERAL DECISION" GC-6.09 PERMITS AND UTILITIES CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 INSERT CONTRACTOR A0UIRED "STREET USE PERMIT" CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 INSERT CONTRACTOR A0UIRED "TREE REMOVAL PERMIT" CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 LETTER NON -NOTIFYING NWP 58 CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 GANNETT Houston Office Vl�EfJ'FLEMING TRANSYSTEMS Hou Houston, 0 St Houston, TX 77098 P 409-651-6404 gannettfleming.com May 6, 2025 Walter Norwood, P.E. Senior Project Manager City of Forth Worth 200 Texas Street Fort Worth, Texas 76102 Re: Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road CPN 103122 Letter Non -Notifying NWP 58 Dear Mr. Norwood, Gannett Fleming, on behalf of the City of Fort Worth, provided an environmental regulatory review of the Shoreview Drive Segment (Project) of the Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road Project. The purpose of this letter is to provide supportive documentation that the Project meets the criteria for a Non -notifying Nationwide Permit (NWP) 58 for Utility Line Activities for Water and Other Substances, effective date March 15, 2021. Project Understanding and Description The Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road Project is a project to expand City services to an area of the City that is currently not served or is served by neighboring Cities. The portion of the project impacting a tributary to Lake Worth is the Shoreview Drive segment. This portion of the alignment connects Heron Drive to Shoreview Drive by crossing a small stream on the west side of the Iake.This segment of the project is required to eliminate a City of White Settlement deduct meter and provide Fort Worth water to Fort Worth residents. A 12-inch waterline inside a 24-inch steel casing pipe will be installed approximately 8 feet below the streambed by open cut methods across the stream. Therewill be approximately 25 cubic yards of material removed and replaced with Control Low Strength Material (CLSM) above the steel casing pipe as protective cover (Exhibits). The set aside topsoil/rock will be placed over the CLSM to restore the stream bed and bank to pre -project contours after installation is complete. In -stream work is estimated to require one to two weeks to complete. Restoration includes replacing excavated spoils in the excavated trench with (CLSM) topped with natural excavated material and the banks seeded with Native Trail Mix seeding by mechanical seed drill per the City Park Operations and Natural Resource Planner. Environmental Conditions Wetlands and Waterways A waters of the U.S. (WOTUS) delineation was conducted by VRX, Inc on June 1, 2022 (Attachment A). An intermittent stream with perennial pools (Unnamed Tributary to Lake Worth) and an ephemeral stream were identified and delineated within the study area during the field investigation. These features are GANNETT FLEMING TRANSYSTEMS LEMIN bordered by upland forested riparian habitat. Forthe purpose of this project, both features are assumed to be WOTUS and are not considered designated critical resources waters as defined by N 58, Condition 22. N 58 authorizes discharges ordredged orfill materials into WOTUS as long as there is no change in pre -construction contours. The Project proposes no losses of linear feet or square feet of waterways or wetlands. Protected Species A Threatened and Endangered Species Assessment was completed by VRX on June 1, 2022 (Attachment B). The USFWS and TPWD list eleven species, ten as threatened/endangered and one species as a Candidate for listing in Tarrant County. None of these listed species or suitable habitat was observed within the proposed project area. Therefore, this project, as proposed, is not expected to impact any listed species in compliance with N 58, General Condition 18. Riparian forested habitat in between Shoreview Drive and Heron Drive has the potential to support nesting habitat for migratory birds. The Migratory Bird Treaty Act (MBTA) and N 58, General Condition 19 considers mechanical tree clearing during migratory bird nesting season (March 15-September 15) as having the potential for incidental take. Conservation measures requiring compliance with the MBTA will be included on the plan set to comply with General Condition 19. Conservation measures may include clearing trees outside of the nesting season or conducting a nest survey ahead of clearing activities. Cultural Resources A desktop Cultural Resources Assessment was completed by Gannett Fleming. The Texas Historic Sites Atlas was reviewed for historical markers, national register of historic properties, cemeteries, historic trails, or other known cultural resources. None were identified within or near the project alignment. Therefore this project is compliant with N 58, General Condition 20. In the event that any human remains or burial objects are inadvertently discovered at any point during construction, use, or ongoing maintenance in the project area or APE, all work should cease immediately in the vicinity of the inadvertent discovery, and the Texas Historical Commission (THC) should be notified immediately in accordance with General Condition 21. Mitigation Conservation measures during construction comply with requirements to maintain flow during construction and minimize downstream impacts from sedimentation and total suspended solids. Silt fencing, erosion control blankets and seeding on side slopes are conservation measures that the contractor will be obligated to deploy and considered adequate measures to mitigate for the temporary disturbances to the stream beds and banks in accordance with N 58, Condition 23. Conclusion and Recommendation As a Professional Wetland Scientist and environmental consultantwith nearlytwo decades of experience, I have reviewed the project plans relative to the Ordinary High Water Mark data and evaluated the proposed project disturbances with knowledge of baseline environmental conditions to determine regulatory compliancewith N 58. In my professional opinion this activity is consistent with N 58 IIJ GANNETT FLEMING TRANSYSTEMS LEMIN and does not exceed the threshold for a pre -construction notification (PCN). The project is consistent with General Conditions of the NWP. No further coordination with the United States Army Corp of Engineers (USACE) is required for the Water and Sanitary Sewer Extension. I recommend that the selected Contractor be provided this letter along with a full copy of NWP 58 with General Conditions to ensure that environmental compliance is maintained and demonstrated upon request by regulatory agencies. Sincerely, Ally Altemose, PWS Principal Environmental Scientist I Area Manager Environmental Enclosed Attachments and Exhibits ATTACHMENT A Waters of the U.S. Delineation Report City of Fort Worth Shoreview Drive Water Line 06/2022 VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 Table of Contents 1.0 Introduction................................................................................................................................................... 2 2.0 Project Overview............................................................................................................................................ 2 3.0 Ecological Site Description........................................................................................................................... 3 4.0 Methods.........................................................................................................................................................3 4.1 Map and Database Review........................................................................................................................ 3 4.1.1 USGS Topographic Maps..................................................................................................................... 3 4.1.2 USFWS NWI Data................................................................................................................................. 3 4.1.3 NRCS Soil Survey Data........................................................................................................................ 4 4.1.4 Aerial Photography...............................................................................................................................4 4.1.5 FEMA Q3............................................................................................................................................... 4 4.2 Waters of the U.S. Delineation.................................................................................................................. 4 4.2.1 Hydrology..............................................................................................................................................4 4.2.2 Vegetation............................................................................................................................................ 5 4.2.3 Soils...................................................................................................................................................... 5 5.0 Results...........................................................................................................................................................6 5.1 Map and Database Review........................................................................................................................ 6 5.1.1 USGS Topographic Maps..................................................................................................................... 6 5.1.2 USFWS NWI Data.................................................................................................................................6 5.1.3 NRCS Soil Survey Data........................................................................................................................ 6 5.1.4 Aerial Photography............................................................................................................................... 6 5.1.5 FEMA Q3............................................................................................................................................... 7 5.2 Waters of the U.S. Delineation.................................................................................................................. 7 6.0 Conclusion..................................................................................................................................................... 8 7.0 References...................................................................................................................................................11 8.0 Attachments...............................................................................................................................................133 List of Tables Tablel: NRCS Soil Units..............................................................................................................................................6 Table 2: Aerial Photography Observations................................................................................................................. 7 Table 3: Summary of Waterbody/Wetland Features................................................................................................. 8 WOTUS DR CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 1.0 Introduction VRX, Inc (VRX) conducted a waters of the U.S. (WOTUS) delineation for a water line extension project in Fort Worth, Tarrant County, Texas. The delineation site visit was completed on June 1, 2022. The WOTUS delineation was performed to evaluate the presence of WOTUS and identify their boundaries within the study area. It is anticipated that this WOTUS delineation report (WOTUS DR) will be used in support of the jurisdictional applications for regulatory permits that may be required from the United States Army Corps of Engineers (USACE) determination process for on -site aquatic resources. If it is determined that jurisdictional resources will be impacted, this WOTUS DR will also support applications for regulatory permits that may be required from the USACE for proposed construction activities. Waterbodies were delineated according to USACE Regulatory Guidance Letter (RGL) 05-05 Ordinary High -Water Mark (OHWM) Identification for non -tidal waters and the Mean High Tide (MHT) line for tidal waters. As required under Section 404 of the Clean Water Act (CWA), wetlands were delineated using the routine method described in the USACE 1987 Wetlands Delineation Manual (1987 Manual) and the USACE Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Regions (Version 2.0) (ERDC/EL TR-10-01) (2010 Regional Supplement). Wetland types and boundaries were determined through an initial map review, followed by fieldwork involving the examination of three (3) parameters: hydrology, vegetation, and soils. Delineation criteria and indicators for each of these parameters are outlined in the 1987 Manual and the 2010 Regional Supplement. The 2010 Regional Supplement presents wetland indicators, delineation guidance, and other information that is specific to the Great Plains Region, per the regional supplement. Wetlands were classified according to the Cowardin Classification System used for the United States Fish and Wildlife Service's (USFWS) National Wetlands Inventory (NWI). This document contains the following three (3) attachments: • Attachment 1 - Figures: contains maps of the study area. • Attachment 2 - Site Photographs: contains photographs taken during the site visit. Attachment 3 - Antecedent Precipitation Tool Watershed Sampling Summary: contains watershed sampling summary developed by the USACE Antecedent Precipitation Tool. 2.0 Project Overview VRX performed a WOTUS delineation for the City of Fort Worth Shoreview Drive Water Line project in Fort Worth, Tarrant County, Texas. The study area is the proposed location of a new water line between Heron Drive and Shoreview Drive. Attachment 1- Figures contains seven (7) numbered maps of the study area: • Figure 1- provides a vicinity map that depicts the location of the study area. • Figure 2 - is an aerial overview map of the study area from 2021. • Figure 3 - is a United States Geological Survey (USGS) topographic overview map. • Figure 4 -is a Tarrant County TX, Federal Emergency Management Agency (FEMA) Q3 Flood Data map. • Figure 5- is a National Wetlands Inventory (NWI) map. WCTUS DR CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 • Figure 6 - is a USDA Web Soil Survey map • Figure 7 - is a WOTUS map. 3.0 Ecological Site Description The study area is located within major land resource area (MLRA) 85, the Grand Prairie, and is more specifically located in land resource region (LRR) J, the Southwestern Prairies Cotton and Forage Region. This MLRA supports mixed tall and mid prairie grasses interspersed with scattered oaks and oak savanna. Little bluestem (Schizachyrium scoparium), Indiangrass (Sorghastrum nutans), big bluestem (Andropogon gerardii) and switchgrass (Panicum virgatum) are typical species on the deeper soils. Texas wintergrass (Nassella leucotricha), little bluestem, silver bluestem (Bothriochloa laguroides), and sideoats grama (Bouteloua curtipendula), as well as Texas red oak (Quercus buckleyi), Texas live oak (Quercus fusiformis), elm (Ulmus sp.), ash (Fraxinus sp.), and juniper (Juniperus sp.), are the characteristic plant species on shallow soils and on soils below escarpments. Areas of deteriorated rangeland commonly have increased amounts of cool -season grasses, short grasses, annuals, prickly pear (Opuntia sp.), elm, honey mesquite (Prosopis glandulosa), or juniper. The predominant plant community within the study area was a limestone oak savanna and a riparian corridor. The typical upland plant community within the study area included Texas red oak, Shumard's oak (Quercus shumardii), post oak (Quercus stellata), Texas ash (Fraxinus texensis), Bigelow's oak (Quercus sinuate var. breviloba), little blue stem, greenbrier (Smilax sp.), and poison ivy (Toxicodendron radicans). The typical riparian plant community within the study area included eastern red cedars (Juniperus virginiana), Japanese honeysuckle (Lonicera japonica), Chinese privet (Ligustrum sinense), cedar elm (Ulmus crassifolia), switchgrass, and sedges (Carex sp.) 4.0 Methods 4.1 Map and Database Review The following information sources were considered and, if applicable, consulted before and during the field delineation to assist in the identification of potential WOTUS within the study area. 4.1.1 USGS Topographic Maps USGS topographic maps illustrate elevation contours, drainage patterns, and hydrography. The Lake Worth, Texas 2019 USGS topographic map was reviewed to determine the likelihood of the study area containing jurisdictional waterbodies. 4.1.2 USFWS NWI Data NWI data were reviewed as a contributing resource to help identify potential wetland features located within the study area. WCTUS DR 3 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 4.1.3 NRCS Soil Survey Data The USDA Natural Resources Conservation Service (NRCS) maintains an online Web Soil Survey database. The data provided in the Web Soil Survey provides a good basis for the soil textures and types one can expect to find at a particular delineation area. NRCS-mapped soil types in the study area were reviewed to determine which of the soils exhibit hydric characteristics. NRCS-mapped soil types are assigned a hydric indicator status of "hydric" or "non-hydric" by the National Technical Committee for Hydric Soils. 4.1.4 Aerial Photography Aerial photography provides good insight into the state and function of land resources. Signs of inundation and vegetative signatures on aerial images indicate whether land might be functioning as a wetland or supporting a stream system. Aerial photography from 2021 from Environmental Systems Research Institute (ESRI) World Imagery was reviewed before and during the field delineations, to further understand the nature of the study area. 4.1.5 FEMA Q3 The FEMA maintains Q3 data, a digital representation of FEMA's 1999 FIRM flood maps. The Q3 data including the study area were reviewed to determine if the 100-year floodplain is mapped. The USACE utilizes the 100- year floodplain to assist in determining the jurisdiction of aquatic features. FEMA Q3 data was reviewed to evaluate the location of any mapped floodplain concerning aquatic resources located within the study area. 4.2 Waters of the U.S. Delineation With respect to any non -tidal water bodies located within the study area, biologists followed the methodology outlined in RGL 05-05. Data collected for any waterbodies include average water depth, average width per waterbody, length of linear segments within the project boundary, and water flow classification (i.e., tidal, non -tidal, ephemeral, intermittent, and/or perennial). Any wetland delineation was conducted based on the 1987 Manual and the 2010 Regional Supplement, as well as the three (3) parameters described within. The three -parameter approach requires investigation of hydrological characteristics, hydrophytic vegetation, and hydric soils at selected sample points within a study area. Sample points are located to ascertain upland/wetland boundaries and to record significant spatial changes in wetland plant communities. All three (3) indicator parameters must be met for the area to be classified as a wetland. See subsections on Hydrology, Vegetation, and Soils, below, for indicator -specific information. The boundaries of potential WOTUS were recorded with a Trimble R1 GNSS receiver for use in developing maps. 4.2.1 Hydrology Wetland hydrology is characterized when, under normal circumstances, the surface is either inundated or the upper horizon(s) of the soil is saturated at a sufficient frequency and duration to create anaerobic conditions. Seasonal and long-term rainfall patterns, local geology and topography, soil type, local water table conditions, and drainage are factors that influence hydrology. Wetland hydrology indicators include oxidized rhizospheres along living roots, saturated soils, standing surface water, algal mat, aquatic fauna, high water table, iron deposits, sparsely vegetated concave surface, geomorphic WOTUS DR CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 position, moss trim lines, water -stained leaves, crawfish burrows, watermarks, drainage patterns, and surface soil cracks. During the field survey, these indicators were used to determine if an area exhibited wetland hydrology. 4.2.2 Vegetation In accordance with the procedure outlined in the 1987 Manual and the 2010 Regional Supplement, the hydrophytic status of vegetation communities was determined by identifying dominant species and, if necessary, calculating a "Prevalence Index," as defined in the 1987 Manual. Individual plant species were checked against the current National Wetland Plant List (NWPL), and their regional wetland indicator status was determined. Species are classified as follows: ■ Obligate Wetland (OBL) if they almost always occur in wetlands (>99 percent of the time) ■ Facultative Wetland (FACW) if they usually occur in wetlands (67-99 percent of the time) ■ Facultative (FAC) if they are equally likely to occur in wetlands and non -wetlands (34-66 percent of the time) ■ Facultative Upland (FACU) if they usually occur in non -wetlands (67-99 percent of the time) ■ Obligate Upland (UPL) if they almost always occur in non -wetlands (>99 percent of the time) A no indicator (NI) status is recorded for those species for which insufficient information is available to determine an indicator status. Hydrophytic (wetland) vegetation is considered prevalent where more than 50% of the dominant species in a plant community have an indicator status of OBL, FACW, or FAC. However, in cases where the vegetation community does not meet this hydrophytic threshold, but indicators of hydric soils and wetlands hydrology are present, the prevalence index can be applied. Calculation of this index is based on consideration of both dominant and non -dominant plants in the vegetation community, whereby each indicator status category is given a numeric code and weighted by absolute percent cover. The prevalence index ranges from 1 to 5 and an index of 3.0 or less signifies that hydrophytic vegetation is present. 4.2.3 Soils Hydric soils are defined as soils that are saturated, flooded, or ponded long enough during the growing season to develop anaerobic conditions in the upper horizons. Anaerobic conditions created by repeated or prolonged saturation or flooding result in permanent changes in soil color and chemistry. The changes in soil color are used to differentiate hydric from non-hydric soils. At each sample point, in areas where the absence of inundation or heavy saturation allowed, a pit was excavated to a depth of at least 16 inches to reveal soil profiles and to determine whether or not positive indicators of hydric soils were present. Hydric soil indicators relate to color, structure, organic content, and the presence of reducing conditions. Color characteristics (Hue, Value, and Chroma) were recorded using Munsell® Charts. WOTUS DR CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 5.0 Results 5.1 Map and Database Review 5.1.1 USGS Topographic Map The average elevation within the study area sloped from approximately 600 feet above mean sea level to approximately 650 feet above mean sea level (USGS 2019). The topography throughout the area generally slopes towards Lake Worth. An unnamed tributary to Lake Worth, an intermittent stream, and its associated riparian corridor is shown traversing the study area. The Lake Worth, Texas USGS 7.5-minute quadrangle map (USGS 2019) is provided as Figure 3 in Attachment 1. 5.1.2 USFWS NWI Data The NWI data depicts the proposed water line crossing an area to be classified as a Freshwater Forested/Shrub Wetland; field investigations revealed the proposed water line crossing a riverine feature and not a wetland. Refer to Figure 5 in Attachment 1 for an illustration of the NWI surrounding the study area. 5.1.3 NRCS Soil Survey Data Table 1 summarizes the soil units represented within the study area based on information collected from the Web Soil Survey database. Refer to Figure 6 in Attachment 1 for an illustration of the mapped soil units in and surrounding the study area. Table 1: NRCS Soil Units Maloterre, Aledo, and MaC Brackett soils 3 to 20 percent slopes Non-hydric PvB Purves clay 1 to 3 percent slopes Non-hydric SaB Sanger clay 1 to 3 percent slopes Non-hydric 5.1.4 Aerial Photography The aerial photography was accessed from ESRI aerial imagery dating 2021. The available aerial photography illustrates the stream in the study area and its associated riparian corridor as observed during the field investigation. Figure 2 in Attachment 1 contains an aerial overview map of the study area. Table 2 provides a summary of observations on aerial photographs of the study area. WOTUS DR 6 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 Table 2: Aerial Photography Observations Observations 2021 The stream and its associated riparian corridor can be seen traversing through the central portion of the study area. 5.1.5 FEMA Q3 The FEMA Q3 data provides information on the areas that would be inundated from the 100 and 500-year flood events. The FEMA Q3 data illustrates that the study area is within an area that is inundated by the 100-year event. Refer to Figure 4 in Attachment 1 for an illustration of the FEMA Q3 data within and surrounding the study area. 5.2 Waters of the U.S. Delineation An intermittent stream with perennial pools (Unnamed Tributary to Lake Worth) was identified and delineated within the study area during the field investigation. During the June 1, 2022, field visit, flowing water was observed within in the channel. The banks of the stream were earthen and bedrock along both banks. The bottom of the stream was rock and cobble within the study area. A natural line impressed on the bank, shelving, and destruction of terrestrial vegetation was observed and used to define the OHWM, in accordance with 40 CFR 230.3(s). The intermittent stream flows to the northeast and has an OHWM that ranges from 12 to 20 feet in width and would be approximately 1 foot deep during the ordinary high flow. The intermittent stream flows within the study area for approximately 70 linear feet and an area of 0.03 acre (Attachment 2, Photos 1 & 2). An ephemeral stream (Ephemeral Stream) was identified and delineated within the study area during the field investigation. During the June 1, 2022, field visit, no water was observed within in the channel. The banks of the stream were earthen and bedrock along both banks. The bottom of the stream was rock and cobble within the study area. A natural line impressed on the bank, shelving, and destruction of terrestrial vegetation was observed and used to define the OHWM, in accordance with 40 CFR 230.3(s). The ephemeral stream flows to the southeast to the Unnamed Tributary to Lake Worth and has an OHWM that ranges from 4 to 8 feet in width and would be approximately 6 inches deep during the ordinary high flow. The ephemeral stream flows within the study area for approximately 28 linear feet and an area of 0.004 acre (Attachment 2, Photo 3). The delineation and location of WOTUS are provided in Figure 7 in Attachment 1. Representative photographs of the study area are provided in Attachment 2. The Antecedent Precipitation Tool developed by USACE was utilized to assess conditions against a typical year. At the time of the site visit on June 1, 2022, the watershed including the water feature within the study area, was experiencing normal conditions, at an antecedent precipitation condition value of 10.91 (Attachment 3). Normal conditions are attributed to any antecedent precipitation condition value between 10 and 14. The last amount of rainfall that occurred in the study area, before the site visit, was on May 25, 2022, at an amount of 1.89 inches according to the Community Collaborative Rain, Hail, and Snow Network (CocoRaHS). WCTUS DR CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 Table 3 summarizes the water bodies/wetlands identified in the study area. Refer to Figure 7 in Attachment 1 for a depiction of the boundaries of each waterbody/wetland feature. Refer to Attachment 2, Representative Site Photos, for one or more photographs of each waterbody/wetland feature observed within the study area. Table 3: Summary of Waterbody/Wetland Features 6.0 Conclusion The field delineation site visit was completed on June 1, 2022, in Tarrant County, Texas. Refer to Section 5.2, for a table summarizing the aquatic resources (i.e., waterbodies/wetlands) identified within the study area. Additionally, waters of the U.S. are defined in 40 CFR 230.3(s) as: 1. All waters which are currently used, or were used in the past, or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; 2. All interstate waters including interstate wetlands; 3. All other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds, the use, degradation, or destruction of which could affect interstate or foreign commerce including any such waters: Which are or could be used by interstate or foreign travelers for recreational or other purposes; or II. From which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or III. Which are used or could be used for industrial purposes by industries in interstate commerce; 4. All impoundments of waters otherwise defined as waters of the U.S. under the definition; WCTUS DR 8 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 5. Tributaries of waters identified in paragraphs (a) (1) through (4) of this section; 6. The territorial seas; and, 7. Wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a) (1) through (6) of this section. 8. Waters of the U.S. do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other Federal agency, for the purposes of the Clean Water Act, the final authority regarding Clean Water Act jurisdiction remains with EPA. Waste treatment systems, including treatment ponds or lagoons designed to meet the requirements of CWA (other than cooling ponds as defined in 40 CFR 423.11(m) which also meet the criteria of this definition) are not waters of the United States. There are four categories of waters of the U.S. defined as: 1. Traditional Navigable Water (TNW) is defined as a water which is currently used, or was used in the past, or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide. 2. Relatively Permanent Water (RPW) is defined as a tributary that is not a TNW and that typically flows year-round or has continuous flow at least seasonally (e.g., typically 3 months). 3. Non -relatively Permanent Water (Non-RPW) is defined as a tributarythat is not a TNW or an RPW, and that typically flows for periods less than 3 months. Non-RPWs are jurisdictional when they have a documented Significant Nexus to TNWs. 4. Wetlands that are adjacent to or abutting a TNW, RPW, or Non-RPW. The Rapanos v. United States and Carabell v. USACE ("Rapanos") cases decisions provided two analytical standards for determining whether water bodies that are not traditional navigable waters (TNWs), including wetlands adjacent to those non-TNWs, are subject to Clean Water Act (CWA) jurisdiction. The following are subject to CWA Jurisdictions: 1. If the water body is relatively permanent, or if the water body is a wetland that directly abuts (e.g., the wetland is not separated from the tributary by uplands, a berm, dike, or similar feature) a relatively permanent water body (RPW). 2. If a water body, in combination with all wetlands adjacent to that water body, has a significant nexus with TNWs. A significant nexus exists if the tributary, in combination with all its adjacent wetlands, has more than a speculative or an insubstantial effect on the chemical, physical, and/or biological integrity of a TNW. VRX delineated a intermittent stream with perennial pools, Unnamed Tributary to Lake Worth, and an ephemeral stream, Ephemeral Stream, within the study area as described in detail in Section 2.0 of this report. Figure 7 in Attachment 1 illustrates the area delineated. The Unnamed Tributary to Lake Worth would be considered a RPW tributary with significant nexus to a TNW because it flows to Lake Worth, which is an impoundment of the West Fork Trinity River, a TNW. The Ephemeral Stream would be considered a Non-RWP tributary with significant nexus to a TNW because if flows to the Unnamed Tributary to Lake Worth, a RPW, which flows to Lake Worth, a impoundment of the West Fork Trinity River, a TNW. Under the Rapanos decision, tributaries would be considered jurisdictional under Section 404 of WCTUS DR VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 the CWA, because they have a significant nexus (has more than a speculative or an insubstantial effect on the chemical, physical, and/or biological integrity of a TNW) to a TNW. WOTUS DR 10 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 7.0 References Cowardin, L. M., V. Carter, F. C. Golet, E. T. LaRoe. 1979. Classification of wetlands and deepwater habitats of the United States. U.S. Department of the Interior, Fish and Wildlife Service, Washington, D.C. Jamestown, ND: Northern Prairie Wildlife Research Center Online. http://www.npwrc.usgs.gov/resource/wetlands/classwet/index.htm (Version 04DEC1998). Diggs, G., B.L. Lipscomb, and R.J. O'Kennon. 1999. Shinners & Mahler's Illustrated Flora of North Central Texas. Botanical Research Institute of Texas, Fort Worth. Environmental Systems Research Institute (Esri), DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community. Esri World Imagery Map, 2021 Federal Emergency Management Agency (FEMA) Q3 data. Flood Insurance Rate Maps for Tarrant County. Accessed June 2022. Ressel, D., 1980. Soil Survey of Tarrant County, Texas. U.S. Department of Agriculture, Soil Conservation Service in cooperation with Texas Agriculture Experiment Station. U.S. Army Corps of Engineers. 2020. The National Wetland Plant List, version 3.5. U.S. Army Corps of Engineers, Engineer Research and Development Center, Cold Regions Research and Engineering Laboratory, Hanover, NH. http://wetland-plants.usace.army.mil/ Lists of Hydric Soils. National List; all states. United States Department of Agriculture. National Resource Conservation Service. Available online at http://www.nres.usda.gov/wps/portal/nres/main/soils/use/hydric/. Accessed June 2022. Munsell® Color. 2009. Munsell® Soil Color Charts. Munsell Color., Grand Rapids, Michigan. "Natural Resources Conservation Service (NRCS) State Hydric Soils List." NRCS State Hydric Soils List, United States Department of Agriculture, Accessed June 2022. www.nrcs.usda.gov/lnternet/FSE—DOCUMENTS/nrcseprdl3l6619.html United States Department of Agriculture, Natural Resources Conservation Service. 2006. Land Resource Regions and Major Land Resource Areas of the United States, the Caribbean, and the Pacific Basin. U.S. Department of Agriculture Handbook 296. United States Department of Agriculture, Natural Resources Conservation Service. 2018. Field Indicators of Hydric Soils in the United States, Version 8.2. L.M. Vasilas, G.W. Hurt, and C.V. Noble (eds.). USDA, NRCS, in cooperation with the National Technical Committee for Hydric Soils. U.S. Army Corps of Engineers (USACE). 1987. Corps of Engineers Wetland Delineation Manual. Technical Report Y-87-1, U.S. Army Corps of Engineers Waterways Experiment Station, Vicksburg, MS. U.S. Army Corps of Engineers (USACE). 2010. Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region (Version 2.0), ed. J.S. Wakeley, R.W. Lichvar, and C.V. Noble. ERDC/EL TR-10-1. Vicksburg, MS: U.S. Army Engineer Research and Development Center. WCTUS DR 11 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 United States Geological Survey (USGS). 2019. Lake Worth, Texas. Digital GeoTiff Quadrangle Topographic Map. Scale 1:24,000. U. S. Fish and Wildlife Service. Publication date (2021). National Wetlands Inventory website. U.S. Department of the Interior, Fish and Wildlife Service, Washington, D.C. http://www.fws.gov/wetlands/ WOTUS DR 12 CM1VRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 8.0 Attachments 1. Figures 2. Site Photographs 3. Antecedent Precipitation Tool Watershed Sampling Summary WOTUS DR 13 Attachment 1- Figures WOTUS DR Legend _ a It a ; 935s Project Location (Shoreview Drive Water Line) d a WJ Boat RA a Rebnn Rd o o o sawnsw Blue Mound tNestarn C wls Florence Dr m COI m 129 t 730 I Fort Worth ren ►dr�e9 Nature Center and a0 Longhorn Rd _ l 3 Widlile refuge �.Q 5 I s a I rx c Conled-.3te PA,b Rd Ilteachvn tvd I 18A8 Lakeside _ 8 ra Own t►+r`� x � 1 4 ; Terminal Rd Lake q 9 a Eton%Ave Worth tfegre i s r *Long Ave a l Sansom Park n k�C NE 281h St g v ~^ �s NW 25th S t 13. • NASJOrnt �� NW 20arSr YuccsAve P Nso ASe g=s° " River Oaks f+ Fort Vlfrvinh s a I 40 i im.nr CfrNardSt ;BSI_ Rd Wentworth Westworth �. White Village j Settlement a Fort WO ry {44 �e fill ar Park .i Cs ga+'' 1 ®i w R05edal! Si l S!1 N "J7 Q ! m r s C 60 = s a O a a J M V119 a y vi � � — z e0 W Berry Si e W �� i S �• e w Aledo N V City of Fort Worth Shoreview Drive Water Line Figure 1 0 2.5 5 Miles Created b Vicinity Map I I oate 2aunen ullckson W022 E Base Layer Source: ESRI Street Map 2021 S Legend Proposed Shoreview Drive Water Line �1 City of Fort Worth Shoreview Drive Water Line 0 Aerial Map (2021) 1 Base Layer Source: ESRI World Map 2021 L�z FI N Figure 2 250 500 Feet Created by: Nathan Gullickson W G Date: 2 June 2022 S NAVAJO TRL U Legend Proposed Shoreview Drive Water Line rj l �. — 'f GAHpg HERON ply I� 1 ssfl 4a llh o Al t , `tubbs 5trip _ t�! BENNETT 5T Fort Worth Naval Air. i Station .:Joint Reserve xu ;? base Carswell - w - - Fie�ldy Airport 404CK Y ST W A WILBUR Sr _:5 IWK LH I ds _ rA N City of Fort Worth Shoreview Drive Water Line o 0.5 1 Miles Figure 3 Topographic Map (2019) 1 l Created by: Nathan Gullickson W E Base Layer Source: USGS Topographic Map, Lake Worth, TX 2019 Date: 2 June 2022 S Legend Proposed Shoreview Drive Water Line FEMA Q3 Zones Zone A - 100 Year Flood Zone ' Zone X500 - 500 Year Flood Zone soma I �. oil 0 e 3 1 City of Fort Worth Shoreview Drive Water Line o 250 FEMA Q3 Map i Base Layer Source: Tarrant County FEMA Q3 Data 439 t 3 N 500 Feet Figure 4 Created by: Nathan Gullickson W G Date: 2 June 2022 S I Legend Proposed Shoreview Drive Water Line Wetland Type Freshwater Forested/Shrub Wetland Lake Riverine v Lm V-*AVA -0 NI °' City of Fort Worth Shoreview Drive Water Line o USFWS NWI Map i Base Layer Source: USFWS NWI Data (Accessed June 2022) 10, N 250 500 Feet Figure 5 Created by: Nathan Gullickson W G Date: 2 June 2022 S Legend Proposed Shoreview Drive Water Line Soil Type AgC - Aledo gravelly clay loam MaC - Maloterre, Aledo, and Brackett soils PvB - Purves clay SaB - Sanger clay JW - Water M CA N City of Fort Worth Shoreview Drive Water Line o 250 500 Feet Figure 6 Soil Survey Map i Created by: Nathan Gullickson W ) Date: 2 June 2022 Base Layer Source: NRCS Soil Survey Data (Accessed June 2022) S Legend Proposed Shoreview Drive Water Line Unnamed Tributary to Lake Worth (Intermittent Stream) Ephemeral Stream R City of Fort Worth Shoreview Drive Water Line o WOTUS Map I Base Layer Source: ESRI World Imagery (2021) J ULnnWame7diTributa�,yit"L,-a"kew!ll' r,j, I! OL rf ',- Ortt (O.OWacre.570'11n�ear,fee,010 250 N 500 Feet Figure 7 Created by: Nathan Gullickson W E Date: 2 June 2022 + S Attachment 2 - Site Photographs WOTUS DR � 6y pa. �' f :S Fort Worth Shoreview WL 06.61.2022 11:56 AM 32.78141, -97 46177 8108 Heron Dr, Fort Worth, TXA — a- 5 Fort Worth \ Shoreview WL 06.01.2022 11:56 AM 32.78141,-97,46177 r 8106 Heron Dr, Fort Worth, TXA v ` ��' " Photo 3: View of the Ephemeral Stream upstream of where the water line is proposed to cross the Unnamed Tributary to Lake Worth, facing northwest. Attachment 3- Antecedent Precipitation Tool Watershed Sampling Summary WOTUS DR Antecedent Precipit►ation Tool v.1.0 -Watershed Sampling Summary Generated on 202�2-06-04 Coordinates 32.781,-97.462 Date 2022-06-01 Geographic Scope �H/►U�C10 YYY..A0 V:NLtiI ' Hydrologic Unit Code 1203010201 Watershed Size 121.31 mil # Random Sampling Points 11 Average Antecedent Precipitation Score I 10 Normal Conditions M-OZo! Drier than Normal ATTACHMENT B CMVRX, INC. 2500 N. Dallas Pkwy., Suite #450 420 Throckmorton, Suite #200 Plano, TX 75093 Fort Worth, TX 76102 972.309.9700 817.492.7060 July 25, 2022 Douglas E. Guinn, P.E., CFM Sr. Project Manager DEC 2501 Parkview Dr., Suite 670 Fort Worth, TX 76102 RE: Threatened and Endangered Species Assessment at the Shoreview Drive Waterline Extension in the City of Fort Worth, Tarrant County, Texas Dear Mr. Guinn: The Endangered Species Act (ESA), passed in 1973, regulates activities affecting endangered and threatened plants and animals. The Endangered Species Act prohibits the importing and exporting, taking, possessing, delivering, carrying, transporting, shipping, receiving and selling or offering for sale any endangered species. Federal government agencies United States Fish and Wildlife Service (USFWS), Department of Interior and National Marine Fisheries Service, National Oceanic and Atmospheric Administration, Commerce Department use information gathered by biologists across the country to decide what species are threatened or endangered. State agencies often possess scientific data and valuable expertise on the status and distribution of endangered, threatened, and candidate species. State government agencies such as the Texas Parks and Wildlife Department (TPWD) possess broad trustee and police powers over fish, wildlife, plants, and their habitats within state borders. Unless pre-empted by federal authority, states also possess primary authority and responsibility for protection and management of listed species and their habitat. VRX performed an online assessment and a site visit, on June 1, 2022, to determine whether any federally and/or statelisted threatened or endangered species or their habitats were present within the project area for the Shoreview Drive Waterline Extension. The USFWS and TPWD lists eleven (11) species as threatened/endangered, and one species as a candidate for listing in Tarrant County (Table 1). None of the species listed in Table 1, or suitable habitat, were observed within the proposed project area. Therefore, this project, as proposed, is not expected to impact any listed species. Please contact me at 972-309-9663 or moss. fennell(c wrx2lobal.com, if you have questions or require additional information. Sincerely, VR%, Inc. oseph "Moss" Fennell Environmental Project Manager Table 1 Threatened and Endangered Species for the Shoreview Drive Waterline Extension Black rail Laterallus jamaicensis Piping plover Charadrius melodus Salt, brackish, and freshwater marshes, pond borders, wet meadows, and grassy swamps; nests in or along LT T edge of marsh, sometimes on damp ground, but usually on mat of previous years dead grasses; nest usually hidden in marsh grass or at base of Salicornia. Beaches, sandflats, and dunes along Gulf Coast beaches and adjacent offshore islands. Also spoil islands in the Intracoastal Waterway. Based on the November 30, 1992 Section 6 Job No. 9.1, Piping Plover and Snowy Plover Winter Habitat Status Survey, algal flats appear to be the highest quality habitat. Some of the most important aspects of algal flats are their relative inaccessibility and their continuous availability throughout all tidal conditions. Sand flats often appear to be preferred over algal flats when both are available, but large portions of sand flats along the Texas coast are available only during low -very low tides and are often completely unavailable during extreme high tides LT T or strong north winds. Beaches appear to serve as a secondary habitat to the flats associated with the primary bays, lagoons, and inter -island passes. Beaches are rarely used on the southern Texas coast, where bayside habitat is always available, and are abandoned as bayside habitats become available on the central and northern coast. However, beaches are probably a vital habitat along the central and northern coast (i.e., north of Padre Island) during periods of extreme high tides that cover the flats. Optimal site characteristics appear to be large in area, sparsely vegetated, continuously available or near secondary habitat, and with limited human disturbance. No potential habitat is present in the project area. No freshwater marshes, pond No Impact borders, wet meadows, and grassy swamps were observed within the project area during the site investigation. No potential habitat is present in the project area. Presence in the project area would be No Impact considered incidental during migration. This species only needs to be considered for wind energy projects. Rufa red knot Calidris canutus rufa White-faced ibis Plegadis chihi Whooping crane Grus americana Red knots migrate long distances in flocks northward through the contiguous United States mainly April - June, southward July -October. A small plump -bodied, short -necked shorebird that in breeding plumage, typically held from May through August, is a distinctive and unique pottery orange color. Its bill is dark, straight and relative to other shorebirds, short -to - medium in length. After molting in late summer, this species is in a drab gray - and -white non -breeding plumage, typically held from September through April. In the non -breeding plumage, the knot might be confused with the omnipresent Sanderling. During this LT T plumage, look for the knot's prominent pale eyebrow and whitish flanks with dark barring. The Red Knot prefers the shoreline of coast and bays and also uses mudflats during rare inland encounters. Primary prey items include coquina clam (Donax spp.) on beaches and dwarf surf clam (Mulinia lateralis) in bays, at least in the Laguna Madre. Wintering Range includes- Aransas, Brazoria, Calhoun, Cameron, Chambers, Galveston, Jefferson, Kennedy, Kleberg, Matagorda, Nueces, San Patricio, and Willacy. Habitat: Primarily seacoasts on tidal flats and beaches, herbaceous wetland, and Tidal flat/shore. Prefers freshwater marshes, sloughs, and irrigated rice fields, but will attend brackish and saltwater habitats; currently confined to near -coastal NIL T rookeries in so-called hog -wallow prairies. Nests in marshes, in low trees, on the ground in bulrushes or reeds, or on floating mats. Small ponds, marshes, and flooded grain fields for both roosting and foraging. Potential migrant via plains LE E throughout most of state to coast; winters in coastal marshes of Aransas, Calhoun, and Refugio counties. Insects No potential habitat is present in the project area. Presence in the project area would be No Impact considered incidental during migration. This species only needs to be considered for wind energy projects. No potential habitat is present in the project area. No No Impact marshes, sloughs or rice fields were observed at the project area at the time of the site investigation. No potential habitat is present in the project area. Presence No Impact in the project area would be considered incidental during migration. Monarch Butterfly Critical habitat description is not Species not identified in the Danaus plexippus C NIL available currently from the USFWS. N No Impact project area during the site investigation. Generalist. Historically found throughout Texas. In Chisos, prefers higher elevations where pinyon -oaks predominate; also occasionally sighted No potential habitat is present Black bear in desert scrub of Trans -Pecos (Black in the project area. The project Gap Wildlife Management Area) and N No Impact area is comprised mostly Ursus americanus NILT Edwards Plateau in juniper -oak habitat. open grazing land and small For sp. luteolus, bottomland wooded areas. hardwoods, floodplain forests, upland hardwoods with mixed pine; marsh. Bottomland hardwoods and large tracts of inaccessible forested areas. Mollusks Streams and moderate -size rivers, usually flowing water on substrates of No potential habitat is present Louisiana pigtoe NIL T mud, sand, and gravel; not N No Impact in the project area. There are Pleurobema riddellii generally known from impoundments; no flowing streams located Sabine, Neches, and Trinity (historic) within the study area. River basins. Small to large rivers with moderate No potential habitat is present Sandbank flows and swift currents on gravel, in the project area. There are pocketbook NIL T gravel -sand, and sand bottoms; east N No Impact no small to large rivers with Lampsilis satura Texas, Sulfur south through San Jacinto moderate to swift currents River basins; Neches River. located within the project area. Occurs in small streams to large rivers No potential habitat is present Texas heelsplitter in standing to slow -flowing water; most in the project area. There are Potamilus NIL T common in banks, backwaters, and y No Impact no small to large streams with amphichaenus quiet pools, adapts to some reservoirs. slow flowing water located Often found in soft substrates such as within the project area. mud, silt, or sand. Reptiles Aquatic: Perennial water bodies: rivers, No potential habitat is present Alligator snapping canals, lakes, and oxbows; also in the project area. The project turtle swamps, bayous, and ponds near area does not include Macrochelys NIL T running water; sometimes enters N No Impact perennial water bodies; deep temminckii brackish coastal waters. Females water of rivers, canals, lakes, emerge to lay eggs close to the waters and oxbows; swamps, bayous, edge. or ponds near deep running water. Terrestrial: Open habitats with sparse vegetation, including grass, prairie, cactus, scattered brush or scrubby Texas horned lizard trees; soil may vary in texture from No potential habitat is present Phyrynosoma sandy to rocky: burrows into soil, enters N No Impact in the project area. The cornutum NIL T rodent burrows, or hides under rock project area is comprised when inactive. Occurs to 6000 feet, but mostly of wooded areas. largely limited below the pinyon juniper zone on mountains in the Big Bend area. The USFWS iPaC was accessed on: 7/25/2022 The TPWD Threatened and Endangered Species Lists were accessed on: 7/25/2022 ' LE, LT - Federally Listed Endangered/Threatened PE, PT — Federally Proposed Endangered/Threatened SAE, SAT — Federally Listed Endangered/Threatened by Similarity of Appearance C - Federal Candidate for Listing; formerly Category 1 Candidate DL, PDL - Federally Delisted/Proposed for Delisting NL — Not Federally Listed " E, T - State Listed Endangered/Threatened NT — Not tracked or no longer tracked by the State SGCN — Species of Greatest Conservation Need, but with no regulatory listing status EXHIBITS N� 6969535.38 INSTALL UTILITY MARK E: 2287828 79 0 DETAIL SHEET 25 N: 6969682.33 E: 2287847.01 STA 9+72.44 I \ END 24" STEEL J CASING PIPE' 9+0� <iNE O 12,,WATERLINEI+OQ 10j` XXX 'X G - — OHWM II I V (NTS) I0 50 100 N ` SCALE LEGEND Proposed 12-inch Water Line Unnamed Tributary to Lake Worth Ephemeral Stream o CITY PROJECT N0. 103122 GFT PROJECT NO. 080948 FORT WORTHd CITY OF FORT WORTH, TEXAS WATER DEPARTMENT GANNETT FLEMING WATER AND SANITARY SEWER EXTENSIONS ON SHOREVIEW DRIVE AND HATCH ROAD EXHIBIT A AERIAL VIEW 650 640 630 620 Mus offers 590 580 C SWI BACK ILL f�P W= ANITCIT CF BAN ST/,. 10 I l o;.1 6 T/VIP— L.=599 25 — 3EGIN F Fl J". 'D1 'L GIN. P'v'i ATi,. I \J';l AII- 1 —V RTI :AL CONC. BLO KIP G —1L 11 5- VbKI. FjFf`I_ r o"Ki STD`. 9+ 7.62 —/PIPE EL.=FC5.88 /F'IP1= L.=5 a 1.76 HEUIN P PEI J I . I)Ef L DID VI STA. 8+ 7. I40—ALL. —19" 11 95 V RT F3FND DN- /FIPE EL..= 94 34 ,?VI ST +C 5.57 1NS'AL : EXISTING GRADE ^' cqRIECKI r, ' 2" 45 VI-R=RT BEND D . (CENTERLINE OF PIPE) PIPE E .=,9435 � a w rn C1 0 .1-1 n Vl M � + U N V) Z J W / ~ W ! ` ~ vJmc� cis 8+00 cc w STA. 9 18 63 cv — IIN ,,'CL: f oD II —12" 45` VWT U. u- w BEND DN. LLJ FI 8+50 9+00 9+50 10+00 CITY PROJECT NO. 103122 GFT PROJECT NO. 080948 STA. . 0-5,5.44 —T/ IPE E.L.=613.75 HL IN PIPE J- . DEf-L lAr D� _ C R( �121 W/\TAR L NE II FINISH GRADE ((;RA IN \ 3 r1J 1 3IiLLI IS) CT -'7 'T /PlFlE EL =(,OE BEGI FIPE JT. DWI Q A jai-Q _ d INSTAL 1— 12" 2150' ART CT.°, (' 1-7 PROVIDE { DJ' B PE(t ET IL ,33 11 "Ty- ) SEE: S E 22 10+50 11 +00 )EFL 0.5` D B ND UF' Dck D131 11 +50 FORT WORTHjCITY OF FORT WORTH, TEXAS WATER DEPARTMENT GANNETT FLEMING WATER AND SANITARY SEWER EXTENSIONS ON SHOREVIEW DRIVE AND HATCH ROAD EXHIBIT B SECTION VIEW Nationwide Permit 58 - Utility Line Activities for Water and Other Substances Effective Date: March 15, 2021; Expiration Date: March 14, 2026 (NWP Final Notice, 86 FIR 2744) Nationwide Permit 58 - Utility Line Activities for Water and Other Substances. Activities required for the construction, maintenance, repair, and removal of utility lines for water and other substances, excluding oil, natural gas, products derived from oil or natural gas, and electricity. Oil or natural gas pipeline activities or electric utility line and telecommunications activities may be authorized by NWPs 12 or 57, respectively. This NWP also authorizes associated utility line facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2-acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes discharges of dredged or fill material into waters of the United States and structures or work in navigable waters for crossings of those waters associated with the construction, maintenance, or repair of utility lines for water and other substances, including outfall and intake structures. There must be no change in pre -construction contours of waters of the United States. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, forany purpose that is not oil, natural gas, or petrochemicals. Examples of activities authorized by this NWP include utility lines that convey water, sewage, stormwater, wastewater, brine, irrigation water, and industrial products that are not petrochemicals. The term "utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2-acre of waters of the United States. This NWP does not authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. 1 Foundations for above -ground utility lines: This NWP authorizes the construction or maintenance of foundations for above -ground utility lines in all waters of the United States, provided the foundations are the minimum size necessary. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including utility line substations, in non - tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2-acre of non -tidal waters of the United States. This NWP does not authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre - construction contours and elevations (e.g., at grade corduroy roads or geotextile/grave l roads). Access roads constructed above pre -construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (see 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP authorizes, to the extent that Department of the Army authorization is required, temporary structures, fills, and work necessary forthe remediation of inadvertent returns of drilling fluids to waters of the United States through sub -soil fissures or fractures that might occur during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. These remediation activities must be done as soon as practicable, to restore the affected waterbody. District engineers may add special conditions to this NWP to require a remediation plan for addressing inadvertent returns of drilling fluids to waters of the United States during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges of dredged or fill material, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. After construction, temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. try Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if: (1) a section 10 permit is required; or (2) the discharge will result in the loss of greater than 1/10-acre of waters of the United States. (See general condition 32.) (Authorities: Sections 10 and 404) Note 1: Where the utility line is constructed, installed, or maintained in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, a copy of the NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: For utility line activities crossing a single waterbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Utility line activities must comply with 33 CFR 330.6(d). Note 3: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 4: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to the General Bridge Act of 1946. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). Note 5: This NWP authorizes utility line maintenance and repair activities that do not qualify for the Clean Water Act section 404(f) exemption for maintenance of currently serviceable fills or fill structures. Note 6: For activities that require pre -construction notification, the PCN must include any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings that require Department of the Army authorization but do not require pre -construction notification (see paragraph (b)(4) of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision." The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see general condition 23). 2021 Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific 3 conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective perm ittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his or her authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used, then the crossing should be designed and constructed to minimize adverse effectsto aquatic life movements. 3. Spawninq Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breedinq Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. I:! 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre - construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre - construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA-approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow, or during low tides. 13. Removal of Temporary Structures and Fills. Temporary structures must be removed, to the maximum extent practicable, after their use has been discontinued. Temporary fills must be removed in their entirety and the affected areas returned to pre - construction elevations. The affected areas must be revegetated, as appropriate. 5 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Proiect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. Permittees shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Riqhts. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify designated critical habitat or critical habitat proposed for such designation. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the consequences of the proposed activity on listed species or critical habitat has been completed. See 50 CFR 402.02 for the definition of "effects of the action" for the purposes of ESA section 7 consultation, as well as 50 CFR 402.17, which provides further explanation under ESA C. section 7 regarding "activities that are reasonably certain to occur" and "consequences caused by the proposed action." (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA (see 33 CFR 330.4(f)(1)). If pre -construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible forfulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed such designation) might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat or critical habitat proposed for such designation, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation), the pre -construction notification must include the name(s) of the endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or that utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non -Federal applicant of the Corps' determination within 45 days of receipt of a complete pre -construction notification. For activities where the non -Federal applicant has identified listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect" on listed species (or species proposed for listing or designated critical habitat (or critical habitat proposed for such designation), or until ESA section 7 consultation or conference has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation or conference with the FWS or NMFS the district engineer may add species -specific permit conditions to the NWPs. (e) Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the FWS or the NMFS, the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where 7 "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre - construction notification whether the ESA section 10(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19. Migratory Birds and Bald and Golden Eaqles. The permittee is responsible for ensuring that an action authorized by an NWP complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting the appropriate local office of the U.S. Fish and Wildlife Service to determine what measures, if any, are necessary or appropriate to reduce adverse effects to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Actor Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) No activity is authorized under any NWP which may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)(1)). If pre -construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre -construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre -construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts commensurate with potential impacts, which may include background research, consultation, oral history interviews, sample field investigation, and/or field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c) when he or she makes any of the following effect determinations forthe purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. (d) Where the non -Federal applicant has identified historic properties on which the proposed NWP activity might have the potential to cause effects and has so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non -Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. 9 (e) Prospective permittees should be aware that section 110k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effectto occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. Permittees that discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by an NWP, they must immediately notify the district engineer of what they have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, 52, 57 and 58 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal. 10 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) Compensatory mitigation at a minimum one -for -one ratio will be required for all losses of stream bed that exceed 3/100-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity - specific waiver of this requirement. This compensatory mitigation requirement maybe satisfied through the restoration or enhancement of riparian areas next to streams in accordance with paragraph (e) of this general condition. For losses of stream bed of 3/100-acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult -to -replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement forthe restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. If restoring riparian areas involves planting vegetation, only native species should be planted. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address 11 documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in -lieu fee program credits (see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in -lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2) The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f).) (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). If permittee-responsible mitigation is the proposed option, and the proposed compensatory mitigation site is located on land in which another federal agency holds an easement, the district engineer will coordinate with that federal agency to determine if proposed compensatory mitigation project is compatible with the terms of the easement. `M (5) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan needs to address only the baseline conditions at the impact site and the number of credits to be provided (see 33 CFR 332.4(c)(1)(ii)). (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2- acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement forthe NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee-responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible forthe implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state or federal, dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality,. (a) Where the certifying authority (state, authorized tribe, or EPA, as appropriate) has not previously certified compliance of an NWP with CWA section 401, 13 a CWA section 401 water quality certification for the proposed discharge must be obtained or waived (see 33 CFR 330.4(c)). If the permittee cannot comply with all of the conditions of a water quality certification previously issued by certifying authority for the issuance of the NWP, then the permittee must obtain a water quality certification or waiver for the proposed discharge in order for the activity to be authorized by an NWP. (b) If the NWP activity requires pre -construction notification and the certifying authority has not previously certified compliance of an NWP with CWA section 401, the proposed discharge is not authorized by an NWP until water quality certification is obtained or waived. If the certifying authority issues a water quality certification for the proposed discharge, the permittee must submit a copy of the certification to the district engineer. The discharge is not authorized by an NWP until the district engineer has notified the permittee that the water quality certification requirement has been satisfied by the issuance of a water quality certification or a waiver. (c) The district engineer or certifying authority may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Manaqement. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). If the permittee cannot comply with all of the conditions of a coastal zone management consistency concurrence previously issued by the state, then the permittee must obtain an individual coastal zone management consistency concurrence or presumption of concurrence in order for the activity to be authorized by an NWP. The district engineer or a state may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-Bv-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its CWA section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is authorized, subject to the following restrictions: (a) If only one of the NWPs used to authorize the single and complete project has a specified acreage limit, the acreage loss of waters of the United States cannot exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed V3-acre. iE1 (b) If one or more of the NWPs used to authorize the single and complete project has specified acreage limits, the acreage loss of waters of the United States authorized by those NWPs cannot exceed their respective specified acreage limits. For example, if a commercial development is constructed under NWP 39, and the single and complete project includes the filling of an upland ditch authorized by NWP 46, the maximum acreage loss of waters of the United States for the commercial development under NWP 39 cannot exceed 1/2-acre, and the total acreage loss of waters of United States due to the NWP 39 and 46 activities cannot exceed 1 acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the 15 certification must include the documentation required by 33 CFR 332.3(I)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affectinq Structures or Works Built by the United States. If an NWP activity also requires review by, or permission from, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USACE) federally authorized Civil Works project (a "USAGE project"), the prospective permittee must submit a pre -construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission and/or review is not authorized by an NWP until the appropriate Corps office issues the section 408 permission or completes its review to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre - construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 it CFR 330.4(f)) and/or section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s) the prospective permittee wants to use to authorize the proposed activity; (4) (i) A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre -construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. (ii) For linear projects where one or more single and complete crossings require pre - construction notification, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters (including those single and complete crossings authorized by an NWP but do not require PCNs). This information will be used by the district engineer to evaluate the cumulative adverse environmental effects of the proposed linear project, and does not change those non- PCN NWP activities into NWP PCNs. (iii) Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided 17 results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial and intermittent streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45-day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands or 3/100-acre of stream bed and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7) For non-federal permittees, if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat (or critical habitat proposed for such designation), the PCN must include the name(s) of those endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non-federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and IM (10) For an NWP activity that requires permission from, or review by, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre - construction notification must include a statement confirming that the project proponent has submitted a written request forsection 408 permission from, or review by, the Corps office having jurisdiction over that USACE project. (c) Form of Pre -Construction Notification: The nationwide permit pre -construction notification form (Form ENG 6082) should be used for NWP PCNs. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre - construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (ii) NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iii) NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site -specific comments. The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure that the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will 19 consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. 2021 District Engineer's Decision 1. In reviewing the PCN forthe proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP, the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the single and complete crossings of waters of the United States that require PCNs to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings of waters of the United States authorized by an NWP. If an applicant requests a waiver of an applicable limit, as provided for in NWPs 13, 36, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by an NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district 20 engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10- acre of wetlands or 3/100-acre of stream bed, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters. The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure that the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity (after consideration of the mitigation proposal) are determined by the district engineer to be no more than minimal, the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a) that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or (c) that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects, the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31), with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant 21 submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. 2021 Further Information 1. District engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project (see general condition 31). 2021 Nationwide Permit Definitions Best manaqement practices (BMPsJ: Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitiqation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharqe: The term "discharge" means any discharge of dredged or fill material into waters of the United States. Ecoloqical reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference maybe based on the structure, functions, and dynamics of an aquatic habitat M type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. Hiqh Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non- linear project in the Corps Regulatory Program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi -phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. 23 Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. The loss of stream bed includes the acres of stream bed that are permanently adversely affected by filling or excavation because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters or wetlands for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that maybe used to offset losses of aquatic functions and services. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Naviqable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinary Hiqh Water Mark: The term ordinary high water mark means that line on the shore established by the fluctuations of water and indicated by physical characteristics such as a clear, natural line impressed on the bank, shelving, changes in the character of soil, destruction of terrestrial vegetation, the presence of litter and debris, or other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has surface water flowing continuously year- round during a typical year. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The �z! request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre - construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre -construction notification may be voluntarily submitted in cases where pre -construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in again in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non -wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable 25 substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Sinqle and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Sinqle and complete non -linear project: For non -linear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility"). Single and complete non -linear projects may not be "piecemealed" to avoid the limits in an NWP authorization. Stormwater manaqement: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater manaqement facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized jurisdictional stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, 26 permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal riqhts: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Veqetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbodv: For purposes of the NWPs, a waterbody is a "water of the United States." If a wetland is adjacent to a waterbody determined to be a water of the United States, that waterbody and any adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). ADDITIONAL INFORMATION Information about the U.S. Army Corps of Engineers Regulatory Program, including nationwide permits, may also be accessed at http://www.swt.usace.army.miI/Missions/Regulatory.aspx or http://www.usace.army.m it/Missions/CivilWorks/Reg ulatoryProgram an dPerm its.aspx 27 GR-01 60 00 PRODUCT REQUIREMENTS CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 FORT WORTH,j.,, 4*1"Ir City of Fort Worth Standard Product List -Water (12/29/2023) CITY OF FORT WORTH Water and Sanitary Sewer Extensions on Shoreview Drive and Hatch Road STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 103122 Revised March 3, 2025 FORT WORTH,,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApproval Spec No. IClasssification I Manufacturer I Model No. I National Spec I Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16), 07/23/97 33 05 13 Urethane Hvdronhilic Waterston Asahi Koaryo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS Wramd[Seal Manhole Encapsulation System & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 (Water 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers I Western Iron Works, Has &Have Foundry ( 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinlev Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 3305 13 Manhole Frames and Covers Sigma Corooration MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 1 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 1 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 1 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 1 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Connotation MH1651FWN & MH16502 30" Dia 1 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 1 08/10/11 33 05 13 30" Dia. MH Rine and Cover Accucast 220700 Heaw Dutv with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Rine and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIGT-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH 1 and Cover Lockable CI SIP Industries 2280 32" ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Rip and Cover (Hinged & Lockable Cl SIP Industries 4267WT -Hin ed 32" ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/Lock 09/16/19 3305 13 30" Dia. MH Rine and Cover Composite Access Products, L.P. w/o H`e 30" Dia. 10/07/21 34 01 13 30" Dia. MH Rine and Cover Trumbull .—..me 32"(3W) Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamhght 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete tev 1/8/13), * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item 449 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 1.113 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diana w 24" Ping 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Arinorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 3920 Manhole. Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 3920 Manhole. Precast (Reinforced Polymer) Concrete P3 Polvmers, RockHardsen 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole. Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polverete Pioe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Sid. MH cannot be 1.9123 1 33 39 20 Wastewater Access Chamber Quickstrc= Solutions, his Type 8 Maintenace Shaft Poo it installed due to d th Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * EI-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravaon, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion vroteaion(Exteriod ERTECH Series 20230 and 2100 (Asohatic Emulsion) Structures Onlv 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 01 16, 33 39 11, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 333920 Coating for Corrosion tirotection(Exterior) Sherwin Williams Grade (Asohatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 3305 13 Manhole Insert Knutson Entenarises Made to Order - Plastic ASTM D 1248 For 24" dia. * 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 3305 13 Manhole Insert Nofl--Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing &Seals. Inc. Lifesaver -Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals. Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casing Snacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 0Jll.lg Casing Spacers BWM SS-12 Casing Spacer(Staraless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewer - Pioes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell -Tice Ductile Iron Pressure Pipe, AW WA C150. C151 3" than 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. Amerman Flex Ring (Restrained Joint) AW WA C150, C151 4" than 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018). I Sewer - Coatings/Eooxv 33-39-60 (01/08/13). 02/25/02 Eooxv Linine Svstem Sauereisen, Inc SewerGard 21ORS LA County #210-1.33 12/14/01 Eooxv Linine Svstem Em ch Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791. SIBB, Sl. S2 Acid Resistance Test Sewer Aoolications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Aoolications (Sewer - Coatinr/Polvurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R... USA, inc. D025LTP02(Comvosite Body) 2" Sewer - Pines/Concrete * EI-04 Con:. Pioe. Reinforced Wall Concrete Five Co. Inc. ASTM C 76 * EI-04 Conc. Pioe. Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * EI-04 Conc. Pioe. Reinforced Hanson Concrete Products 811b item-- - -. #98 Piee ASTM C 76 * EI-04 Conc. Pioe. Reinforced Concrete Five & Products Co. Inc. ASTM C 76 Sewer - Pine Enlargment SvsteIn (Method)33-31-23 (01/18/13) SystemPIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Atioroved Previously cConnell Systems �P-RS McLat Construction Polyethylene Houston, Texas Atioroved Previously Systems Trenchless Replacement System Polyethylene Calgary, Canada Atioroved Previously * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH,,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. ]Classsification Manufacturer Model No. National Spec Size Sewer- Pioe/Fiberalass Reinforced/33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobm Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - PiDe/Polvmer PiDe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycoete Ape ASTM C33, -16, -17 8" to 102", Class V 06/09/10 E I-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pines/HDPE 33-31-23(1/8/13) * pipe Phillips Driscovive, hic. Oriticore Ductile Polyethylene Pipe ASTM D 1248 8" * �Fludi-donsityradyethyl— Fhgh-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * Fhgh-density polyethylene pipe Polly Pipe, his ASTM D 1248 8" Fhgh-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 - Piues/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 (Sewer 33-11-11 DR-14 PVC Pressure Pipe Pipelif Jetstream PVC Pressure Pipe AW WA 1900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - Pines/PVC* 33-31-20 (7/l/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (1M Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-21) PVC Sewer Pipe Diamond Plastics Comoration SDR-26 (PS115) ASTM D 3034 4" thou 15" * 33-31-20 PVC Sewer Pipe Lamson Vvlon Pipe SDR-26 (PSI 15) ASTM D 3034 I 4" thru 15" 12/05/23 33-31-20 IPVC Sewer Pie Vin ltech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" thou 15" 12/05/23 1 33-31-20 JPVC Sewer Pie Vin ltech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' J-M M=acturinyv Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plashcs Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 PS 115 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Pre Pipelife Jet Stream SDR 26 ASTM D3134 41'- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) I SDR 26 PS 115 ASTM F-679 18"- 36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Pipe Insitu— Texark, hic ASTM F 1216 05/03/99 �CuredinaPlce Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item 427 ASF-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds hic/hihner Technolgy (Infiner USA) Inhner Technology ASTM F 1216 Sewer - Piues/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, hic. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insifform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultralmer Ultralner PVC Alloy Pipelmer ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Com. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Piues/ODeD Profile Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Svstems (ADS) SaaiTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) Sa-Tite HP Triple Wall Pipe ASTM F 2764 30" to 60" * From Original Standard Products List 3 FORT WORTH,,, (Approval Spec No. IClasssification Water - ADDumnances 33-12-10 (07/01/13) I 01/18/18 33-12-10 Double Strap Saddle I 08/28/02 Double Strap Saddle I 07/23/12 33-12-10 Double Strap Service Saddle I 03/07/23 33-12-10 Double Strap Service Saddle I 10/27/87 Curb Stops -Ball Meter Valves 10/27/87 Curb Stops -Ball Meter Valves 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves 1111018 3342-10 Curb Stops -Ball Meter Valves 1111.1. 3342-10 Crub Stops -Ball Meter Valves 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves 1111.18 3342-10 Crub Stops -Ball Meter Valves 1111018 I 3342-10 Crub Stops -Ball Meter Valves I 01/26/00 Coated Tapping Saddle with Double SS Straps I 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) I 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep I 05/10/11 Tanning Sleeve (Stainless Steel) I 02/29/12 33-12-25 Tapping Sleeve(Coated Steep I 02/29/12 33-12-25 Tapping Sleeve(Stainless Steel) I 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) 05/10/11 Joint Repair Clamp Plastic Meter Box w/Composite Lid Plastic Meter Box w/Composite Lid I 08/30/06 Plastic Meter Box w/Composite Lid Concrete Meter Box Concrete Meter Box Concrete Meter Box I I I Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13). I Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve IEI-11 Combination A Release Valve I* EI-11 Combination An Release Valve I Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/141 I 10/01/87 E-1-12 Dry Barrel Fire Hydrant I 03/31/88 E-1-12 Dry Barrel Fire Hydrant I 09/30/87 E-1-12 Dry Barrel Fire Hydrant I 01/12/93 E-1-12 Dry Barrel Fire Hydrant I 08/24/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fare Hydrant 09/24/87 E-1-12 Dry Barrel Fire Hydrant 10/14/87 E-1-12 Div Barrel Fire Hvdrant O1/15/88 E1-12 Dry Barrel Fire Hydrant I 10/09/87 E-1-12 Dry Barrel Fire Hydrant I 09/16/87 E-1-12 Dry Barrel Fire Hydrant I 08/12/16 33-12-40 Dry Barrel Fire Hydrant I Water - Meters I 02/05/93 E101-5 Detector Check Meter I08/05/04 Magnetic Drive Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Manufacturer Model No. National Spec Size Romac 202NS Nylon Coated AW WA C800 1"-2" SVC, up to 24" Pipe Smith Blau #317 Nylon Coated Double Strap Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 1"-2" SVC, up to 24" Pipe Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe McDonald 6100M,6100MT & 61OMT 3/4" and 1" McDonald 4603B, 4604B, 6100M, 610OTM and 6101M I'/? and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, Ford Meter Box Co., Inc. L22-77NL AW WA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- Ford Meter Box Co., Inc. NL, L22-66NL AW WA C800 1-1 /2" FB600A-NL, FB1600A-NL, Bll-444-WR- Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AW WA C800 I " B-25000N, B-24277N-3, B-20200N-3, H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15000N, , 14-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, Il-24277N-3,H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 B-25000N, B-20200N-3,H-15000N, H- AW WA C800, ANSF 61, Mueller Co., Ltd. 15530N ANSI/NSF 372 V JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" I JCM Industries, Inc. 412 Tapping Sleeve ESS AW WA C-223 Up to 30" w/12" Out I JCM Industries, Inc. 415 Tapping Sleeve AW WA C-223 Concrete Pipe Only I Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" I Rouse FTS 420 AW WA C-223 Up to 42" w/24" Out I Romac SST Stainless Steel AW WA C-223 Up to 24" WIT' Out I Romac SST III Stainless Steel AW WA C-223 Up to 30" WIT' Out I Powerseal 3232 Bell Joint Repair Clamp 4" to 30" DFW Plastics lnc. DFW37C-12-lEPAFFTW DFW Plastics lnc. DFW39C-12-lEPAFFTW DFW Plastics Inc. DFW65C-14-lEPAF FTW Class "A" Bass & Hays CMB37-B12 1118 LID-9 Bass & Hays CMB-18-Dual 1416 LID-9 Bass & Hays CMB65-B65 1527 LID-9 GA Industries, Inc. Empare An and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 11", 1" & 2" Valve and Primer Com. APCO #143C, #145C and 4147C 1", 2" & 3" American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 American Darling Valve Shop Drawing No. 94-18791 AW WA C-502 I Clow Corporation Shop Drawing No. D-19895 AW WA C-502 I American AVK Company Model 2700 AW WA C-502 I Clow Corporation Drawings D20435, D20436, B20506 AW WA C-502 I ITT Kennedy Valve Shop Drawing No. D-80783FW AW WA C-502 I M&H Valve Company Shoo Drawing No. 13476 AW WA C-502 Shop Drawings No. 6461 Mueller Comvanv A-423 Centurion AW WA C-502 Shop Drawing FH-12 Mueller Company A-423 Super Centurion 200 AW WA C-502 U.S. Pipe & Foundry Shoo Drawing No. 960250 AW WA C-502 American Flow Control (AFC) Waterous Pacer WB67 AW WA C-502 I EJ (East Jordan Iron Works) WaterMaster 5CD250 I I Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" I Hersey Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" I * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH,,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec I Size Water - PiDes/PVC (Pressure Waterl 33-31-70 (01/08/13) AWWA C900, AW WA C605, 12/05/23 33-11-12 PVC Pressure Pie Vin ltech PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/OS/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" 3/19/2018 331112 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pine Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a 1M Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a 1M Eagle DR 18 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 1112 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4% 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4% 12" Water - PiDes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fntings Griffin Pipe Products, Co. Mechanical Joint Fittin @ AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB has 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Unl-Flange Uni-Flange Series 1400 AW WA CI l l/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Unl-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fntmg AWWA C111/C I16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (tor DI Pipe) AWWA Cl t 1/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (tur PVC Pipe) AWWA C111/C I16/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retamer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA Cl l l/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retamer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA Cl l l/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA Cl l l/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interim Restrained Joint Svstem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retamer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA C111 11/07/16 33-11-11 Mechanical Joint Retamer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA C111 EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA C111 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA C] 1 ] 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) DRI8 PVC Pipe ASTM A536 AW WA C] 1 ] 16"-24" Water - Pines/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedeed Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SO 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedae Crate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedae Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedae Crate Valve American AVK Comnanv American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedae Crate Valve American AVK Comoanv 20" and smaller * EI-26 Resilient Seated Crate Valve Kennedv 4" - 12" * EI-26 Resilient Seated Gate Valve M&H 4" - 12" * EI-26 Resilient Seated Crate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedae Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedae Gate Valve Mueller Co. Series A2360 for 18"-24" (SO 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Crate Valve Mueller Co. Mueller 30" & 36". C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wcdec Gate Valve Mueller Co. Mueller 42" & 48". C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedae Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedae Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedae Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Rest e lent We Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" ote 3) 05/08/91 E1-26 Resilient Sear Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Me al 250, 1u ireineats SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FlowMaster Gate Valve & Boxes 08/24/18 Marco Gate Valve Matco-Norea 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 FORT WORTH,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. [Classsification Manufacturer Water PiDes & Fittinas/Rubber Seated Butteriv Valve 33-12-21 (07/10/14) Model No. National Spec Size * - alves EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" * EI-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezmik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtowv Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 1 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - SamDline Station 03/07/23 331250 l Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bmv As shown in spec. 33 12 50 Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Pen—nent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6