Loading...
HomeMy WebLinkAboutContract 64086CSC No: 64086 FORT WORTH® The Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various City Project Numbers Prepared for The City of Fort Worth Small-Scale Infrastructure Program Prepared By: Jenna Lynn Henderson, PE, PMP 2024 This page is intentionally left blank ORT ORTH� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 20ll 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 9 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 OS 10 Ma or and Council Communication 07/O1/2011 00 OS 15 Addenda 07/O 1/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders ll/02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Pro osal Form Unit Price O1/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Pre ualifications 08/13/2011 00 45 12 Pre ualification Statement 09/30/2021 nnn� i2 nQii2i�n�i 00 45 26 Contractor Com liance with Workers' Com ensation Law 07/O1/2011 99-4�4� � n i��i 00 52 43 A reement 12/08/2023 00 61 13 Performance Bond 12/08/2023 00 61 14 Pa ment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/O1/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Su lementa Conditions 10/06/2023 Division O1 - General Re uirements Last Revised O1 11 00 Summa of Work 12/20/2012 O1 25 00 Substitution Procedures 07/O1/2011 O1 31 19 Preconstruction Meetin 08/17/2012 n i�z�..no n� in� i�r�o �i O1 32 16 Construction Schedule 10/06/2023 O1 32 33 Preconstruction Video 07/O1/2011 O1 33 00 Submittals 12/20/2012 O1 35 13 S ecial Pro'ect Procedures 03/11/2022 O1 45 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tem ora Facilities and Controls 07/O1/2011 O1 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 O1 57 13 Storm Water Pollution Prevention Plan 07/O1/2011 O1 58 13 Tem orar Pro'ect Si na e 07/O1/2011 O1 60 00 Product Re uirements 03/09/2020 O1 66 00 Product Stora e and Handlin Re uirements 07/O1/2011 O1 70 00 Mobilization and Remobilization 11/22/2016 O1 71 23 Construction Stakin and Surve 02/14/2018 O1 74 23 Cleanin 07/O1/2011 O1 77 19 Closeout Re uirements 03/22/2021 O1 78 23 O eration and Maintenance Data 12/20/2012 O1 78 39 Pro'ect Record Documents 07/O1/2011 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 Technical Specifcations which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 00 - General Conditions Last Revised 00 OS 10 Ma or and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 1/30/2024 00 21 13 Instructions to Bidders 1/30/2024 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Pro osal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Com liance to State Law Nonresident Bidder 00 45 11 Bidders Pre ualifications 00 45 12 Pre ualification Statement 00 45 13 Pre ualification A lication 00 45 26 Contractor Com liance with Workers' Com ensation Law 00 45 40 Business E ui Goal 00 52 43 A reement 8/19/2024 00 61 13 Performance Bond 00 61 14 Pa ment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Su lementa Conditions Division O1- General Requirements Last Revised O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Schedule 1/30/2024 O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control 1/30/2024 O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization 1/30/2024 O1 71 23 Construction Staking and Survey 6/12/2024 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Division 02 - Existin Conditions 02 41 13 Selective Site Demolition 02 41 14 Utilitv Removal/Abandonment 02 41 15 � Paving Removal Division 03 - Concrete Date Modi�ed 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Stren th Material CLSM 03 34 16 Concrete Base Material for Trench Re air 03 80 00 Modifications to Existin Concrete Structures Division 26 - Electrical 26 OS 00 Common Work Results for Electrical 26 OS 10 Demolition for Electrical S stems 26 OS 33 Racewa s and BoXes for Electrical S stems 26 OS 43 Under round Ducts and Racewa s for Electrical S stems Division 31- Earthwork 31 10 00 Site Clearin 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 1/30/2024 31 36 00 Gabions 31 37 00 Ri ra Division 32 - Exterior Im rovements 32 O1 17 Permanent As halt Pavin Re air 32 O1 18 Tem orar As halt Pavin Re air 32 O1 29 Concrete Pavin Re air 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Li uid Treated Soil Stabilizer 32 12 16 As halt Pavin 32 12 73 As halt Pavin Crack Sealants 32 13 13 Concrete Pavin 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 32 13 73 Concrete Pavin Joint Sealants 32 14 16 Brick Unit Pavin 6/12/2024 32 16 13 Concrete Curb and Gutters and Valle Gutters 32 17 23 Pavement Markin s 32 17 25 Curb Address Paintin CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retainin Walls 32 91 19 To soil Placement and Finishin of Parkwa s 32 92 13 Soddin 1/30/2024 32 92 14 Non-Native Seedin 32 92 15 Native Grass and Wildflower Seedin 32 93 43 Trees and Shrubs Division 33 - Utilities 33 O1 30 Sewer and Manhole Testin 33 O1 31 Closed Circuit Television CCTV Ins ection 33 03 10 B ass Pum in of Existin Sewer S stems 33 04 10 Joint Bondin and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Ma nesium Anode Cathodic Protection S stem 33 04 30 Tem orar Water Services 6/12/2024 33 04 40 Cleanin and Acce tance Testin of Water Mains 33 04 50 Cleanin of Sewer Mains 33 OS 10 Utili Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowerin 33 OS 13 Frame, Cover and Grade Rin s-Cast Iron 33 OS 13.01 Frame, Cover and Grade Rin s-Com osite 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars 33 OS 20 Au er Borin 33 OS 21 Tunnel Liner Plate 33 OS 22 Steel Casin Pi e 33 OS 23 Hand Tunnelin 33 OS 24 Installation of Carrier Pi e in Casin or Tunnel Liner Plate 33 OS 26 Utili Markers/Locators 33 OS 30 Location of EXistin Utilities 6/12/2024 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pi e 6/12/2024 33 11 11 Ductile Iron Fittin s 33 11 12 Pol in 1 Chloride PVC Pressure Pi e 33 11 13 Concrete Pressure Pi e, Bar-Wra ed, Steel C linder T e 33 11 14 Buried Steel Pi e and Fittin s 33 12 10 Water Services 1-inch to 2-inch 33 12 ll Lar e Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfl Valves 33 12 25 Connection to EXistin Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water S stems 33 12 40 Fire H drants 33 12 50 Water Sam le Stations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program UniL Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 33 12 60 Standard Blow-off Valve Assembl 33 31 12 Cured in Place Pi e CIPP 33 31 13 Fiber lass Reinforced Pi e for Gravi Sanita Sewers 33 31 15 Hi h Densit Pol eth lene (HDPE Pi e for Sanita Sewer 33 31 20 Pol in 1 Chloride (PVC) Gravi Sanita Sewer Pi e 8/23/2024 33 31 21 polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pi e 33 31 22 Sanita Sewer Sli Linin 33 31 23 Sanita Sewer Pi e Enlar ement 33 31 50 Sanita Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanita Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiber lass Manholes 33 39 40 Wastewater Access Chamber WAC 33 39 60 E oX Liners for Sanita Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pi e/Culverts 33 41 11 Hi h Densit Pol eth lene (HDPE Pi e for Storm Drain 33 41 12 Reinforced Pol eth lene (SRPE) Pi e 33 41 13 Pol ro lene Pi e for Storm Drain 33 46 00 Subdraina e 33 46 O1 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction BoXes 33 49 20 Curb and Dro Inlets 33 49 40 Storm Draina e Headwalls and Win walls Division 34 - Trans ortation 34 41 10 Traffc Si nals 34 41 10.01 Attachment A— Controller Cabinet 34 41 10.02 Attachment B— Controller S ecification 34 41 10.03 Attachment C— Software S ecification 34 41 11 Tem orar Traffic Si nals 34 41 13 Removin Traffic Si nals 34 41 15 Rectan ular Ra id Flashin Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadwa Illumination Assemblies 34 41 20.01 Arterial LED Roadwa Luminaires 34 41 20.02 Freewa LED Roadwa Luminaires 34 41 20.03 Residential LED Roadwa Luminaires 34 41 30 Aluminum Si ns 34 71 13 Traffic Control 1/30/2024 Technical Specifcations listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httn://fortworthtexas.�ov/tnw/contractors/ or httus://apus.fortworthtexas.�ov/ProiectResources/ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 Division 02 - Existin Conditions 02 41 13 Selective Site Demolition 02 41 14 Utilit RemovaUAbandonment n� n i i c n,..,:..,. n,,...�.,,.t v�� Last Revised 03/ 11 /2022 12/20/2012 rn �nv�rozrzoiv Division 03 - Concrete Division 26 - Electrical Division 31 - Earthwork � i�o n� i��n� � 1 72 1 ti 7T..,.1,.,,,.;F;,,,7 L��,,,,..,,.�;l..� ni /�v/�ni 2 7TZTTv vZrror-z-oZ� � ��r�i� �' n � nv�o ��i� 21arzTvv �ii�S vn�i�z�ia 31 25 00 Erosion and Sediment Control 04/29/2021 � ,�-nv-�o � , � i��� 31 37 00 Ri ra 12/20/2012 Division 32 - Exterior Im rovements 32 O1 17 Permanent As halt Pavin Re air 12/20/2012 32 O1 18 Tem ora As halt Pavin Re air 12/20/2012 32 O1 29 Concrete Pavin Re air 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 �� � � �ci T; „'r..,,,.�,,,� �,..,,. r,.,,,.,,,,,, i�i�ni�ni� 7�r�7 r�-rvraozz 2��� r�,......��� rr.,,.,.�,.,1 n,...,, n,_,,....,,.. � i n/ v�z 2'1�T � g�21 �2� 1 J� �'17-siz�v iz��z�rc �'17'� T7 I2�20�2012 ���� ntiii�z 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 12/09/2022 � �� ,�� :z ��,z�� 32 14 16 Brick Unit Pavin 12/20/2012 32 16 13 Concrete Curb and Gutters and Valle Gutters 12/09/2022 ���� ntiii�z �''�� 11/04/2013 �1 21 12 r'�1�,,;� L�,,.�,.,,,, .,.�,7 r.,�,,., �7�1n�7n�1 7�7TT7 �Z �� 21 �ti �x7:..,, L�,,,,,,,,,, .,.�,7 r„�,,,, i�i�ni�ni� �v �z �� 21 �cl �x7,.,.,7 L�,.,,,.,,,, ,,,,,7 r,.�,,,, i���n��ni� �7 �z CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program UniL Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 Division 33 - Utilities 33 O1 30 Sewer and Manhole Testin 09/07/2018 33 O1 31 Closed Circuit Television (CCTV) Ins ection — Sanit Sewer 03/11/2022 � ��ry i�s z'-z`',����� � ��v�-io z'-z`',��,z�z'--�t 2 2�v �r�i��z�ii �� nn i i r,.,...,..,;�r r��,..,.t rr,..,� c.,.�:,.r., i�i�ni�ni� 77--v�-Tr r�r�vrz�rs '2 2�s 1 7 /7�z � ��no � n 1 � �Ti 2 2�llvnv oi�ovri�ia 33 04 50 Cleanin of Pi es 03/11/2022 33 OS 10 Utilit Trench EXcavation, Embedment, and Backfill 04/02/2021 33 OS 12 Water Line Lowerin 12/20/2012 33 OS 13 Frame, Cover and Grade Rin s 09/09/2022 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03/11/2022 Grade ���o r,.r,...,,�„ �x�.,�o,. ��,,,,i�„ ,�i��� 33 OS 17 Concrete Collars 03/11/2022 �� nc �n i�nni�ni� �--�-zo �z �� nc �� T„��ol i:�o..nl.,�o i�i�ni�ni� �S-vTLr -rz�-r,-vrLvzz 33 OS 22 Steel Casin Pi e 12/20/2012 22 nc �2 i�i�ni�ni� �7--v7-z� r�-rvraozz 33 OS 24 Installation of Carrier Pi e in Casin or Tunnel Liner Plate 12/09/2022 � �7�v�iv z'-z�.,��z�z'--�L 33 OS 30 Location of Existin Utilities 12/20/2012 22 � � nc n,.i�., i.r„�„ ....a �..,,i,,.�,, i�i�ni�ni� 7 �rr-o7 , , -rz�-rvraozz 2 2�v -�i-a,�v�ri� z � �7�ir mi��i�z�rr � ��iris mi� nn i � z � ��� zz�ivrz�rt > > 2 2�� zz�ivrz�rt 22 � � i n �x�..�,.� � ......:...... i:..,.t� �,. �:..,.t� n�ii n i�ni � � J— rz--ry vz�-rTrcv�-r �'i�= 1 7 /'lr�'zvri�'iz 2'2 1'1 'i!1 D.,�:1:,.,-.4 C,...�,,,7 (`_..�„ V.,1.,,, !1G/!lti/'�l11 G 7TT�Lp v�rvvrLvl� 22�T nnn�� 'z'z�� rn in�� 2 2T ��nv z�-a,��z�rL � �� �zi-Tv mn��r�,�i� � ��ii�v �z�ivrz�rt ���no ntiii�� 2 2���� iz��z�ii � ��_rrr� iz��z�ii CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program UniL Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 9 Appendix GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 os io - i MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 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 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Conshuction Contract for STANDARD CONSTRUCTION SPECIFTCATIONDOCUMINTS Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers City of Fort Worth, Texas Mayor and Council Communication DATE: 06/24/25 M&C FILE NUMBER: M&C 25-0567 LOG NAME: 06SSIP UNIT PRICE TASK ORDER SEWER CONSTRUCTION CONTRAC SUBJECT (ALL) Authorize Execution of a Non-Exclusive Unit Price Task Order Construction Agreement with Wildstone Construction, LLC, Up to an Annual Amount of $2,000,000.00 for the Initial Term with Four One-Year Renewal Options for the Development Services Department's Small-Scale Infrastructure Program RECOMMENDATION: It is recommended that the City Council authorize the execution of a non-exclusive unit price task order construction agreement with Wildstone Construction, LLC, up to an Annual Amount of $2,000,000.00 with four one-year renewal options for the Development Services Department's Small-Scale Infrastructure Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a non- exclusive unit price construction agreement to provide construction services on an as-needed (task order) basis for the construction of projects relating to the installation of small-scale or infill developer-led projects, for the Development Services Department's Small-Scale Infrastructure Program (Program). The scope of the eligible projects in the Program includes up to 800 linear feet of water, sewer, storm services, sidewalk and four or fewer pedestrian/streetlight installations. The construction cost will be funded entirely by development customers. On March 19, 2024 (M&C 24-0187), the City Council authorized execution of engineering agreements and adopted appropriation ordinances necessary for the Program, including the construction contracts that are the subject of this M&C. The funds appropriated are subject to receipt of funds from the developers for the projects. For the initial phase of the Program, the City issued a public bid for streetlight installation with associated flatwork. The project was bid as a low bid contract. Notice of bids was published in the Fort Worth Star Telegram on November 06, 2024, and November 13, 2024. On April 3, 2025, Wildstone Construction, LLC submitted the following bid CONTRACTOR BID Wildstone Construction, LLC $11,785,038.00 The unit price bid received includes a large array of items, each having a quantity reflective of the total for the entirety of the contact. Task orders will be issued for each respective project, and the bidder was made aware of the contract cap amount. Wildstone Construction, LLC was the only contractor that submitted a bid. An evaluation panel consisting of representatives from the Development Services Department evaluated the bid. The evaluation panel determined that the prices bid by Wildstone Construction are reasonable. As future phases of the Program are initiated, City staff will publicly bid additional infrastructure component construction contracts. All construction contracts for the Program will be non-exclusive agreements to allow the Program the maximum amount of flexibility Funding for the Small-Scale Infrastructure Program is depicted in the table below I Fiscal Year Existing 2024 Fund Project Appropriations Budget Small-Scale 30100- Infrastructure General Program Capital City Project No. � $14,340,439.95 $14,340,439.95 Projects' P00151 M&C 24-0187 This task order contract will serve current and future capital projects as needed, and a funds availability verification will be performed by Development Services Contract Manager prior to task order assignment. FUNDING: The maximum combined annual amount allowed under this construction agreement will be $2,000,000.00; however, the actual amount used will be based on the needs of the department and the available budget. Funding is budgeted in the General Capital Projects Fund for the TPW Department for the purpose of funding The Small-Scale Infrastructure Program project as appropriated. DVIN BE: The solicitation for this project was not reviewed by The Business Equity Division for a business equity goal, as it does not fall under our ordinance for city funding. AGREEMENT TERMS: Upon City Council approval, the agreements shall begin upon execution and expire one year from that date. RENEWAL TERMS: The agreement may be renewed for four additional one-year terms. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the General Capital Projects Fund for The Small-Scale Infrastructure Program project to support the approval of the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Development Services Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Originating Business Unit Head: Jesica McEachern 5804 D.J. Harrell 8032 Additional Information Contact: Cannon Henry 7909 Evelyn Roberts : : 000515-1 ADDENDA Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 00 OS 15 ADDENDA END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction Contract far STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Miscellaneous Sewer Projects Various Project Numbers Revised July 1, 2011 000sis-i ADDENDA Page 1 of 2 SECTION 00 OS 15 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 ADDENDUM NO. 1 2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Issue Date: January 6, 2025 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal as part of the Requested Information section. 1) A prebid meeting was held for this solicitation on November 19rh. The presentation can be found as the first attachment herein. There were no bidders present at the meeting, given this outcome, there were no questions to summarize. 2) Delete Section 00 11 13 — THE INVITATION TO BIDDERS from the Program Manual and replace it with the attached revised Section 00 11 13. The proposed change modifies the bid close date and bid close location to February 27�', 2025 at 2:00 PM at Mezzanine Floor Room MZ10 at the New City Hall, 100 Fort worth Trail, Fort Worth, Texas 76102. 3) Delete Section 00 41 00 — DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY from the Program Manual and replace it with the attached revised Section 00 41 00. The proposed change adds the following prequalification requirements to the bid documents: a. Water Transmission, Urban/Renewal, 24-inch and smaller b. Auger Boring, 24-inch diameter casing and greater c. Sewer Interceptors, Urban/Renewal, 24-inches and smaller d. CCTV, 18-inches and smaller e. Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating £ Sewer Bypass Pumping, 18-inches and smaller g. Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) h. Concrete Paving Construction/Reconstruction (Less than 15,000 square yards) 4) Delete Section 00 45 12 — PREQUALIFICATION STATEMENT from the Program Manual and replace it with the attached revised Section 00 45 12. The proposed change adds the following prequalification requirements to the bid documents: a. Water Transmission, Urban/Renewal, 24-inch and smaller b. Auger Boring, 24-inch diameter casing and greater c. Sewer Interceptors, Urban/Renewal, 24-inches and smaller d. CCTV, 18-inches and smaller e. Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Misc. Sewer Projects Various City ProjectNumbers 00 os is - 2 ADDENDA Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 £ Sewer Bypass Pumping, 18-inches and smaller g. Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) h. Concrete Paving Construction/Reconstruction (Less than 15,000 square yards) 5) Delete 00 41 00 — BID PROPOSAL WORKBOOK _ SEWER EXcel Spreadsheet and replace with 00 41 00 _ REVISED BID PROPOSAL WORKBOOK MISC. SEWER PROJECTS Excel Spreadsheet, which includes the following list of added items. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Misc. Sewer Projects Various City ProjectNumbers � � L� W V � � W � � O U � m i 4� � � � V � � � � � � � L �.µJ O L � � � � V � � � � � � � � V (�i i C6 � C/� � �--� U � .� O � � � � � 4� � � � 0 W � � � V � .- � � O � V C� � a--� � 0 U � � a--� U � � � � � � U 0 F-- O z � U .� � L � � V 0 .N .� 0 v � � U � L a--+ N C6 � � � ca U � � f� � c/i � � v U .� v � � v � � � v > � � � � w � � � L � � _ � � J � � � � v � v � a� L � N O ai � � � � v 0 z � � � W � � > a� � � � o U ���N V O � U � � � � � � U U � � .� .� �i O O O � L L L L � � � � � N c'� � �-�-+ i � � � � � �� � � o a� • � � � � �U � � � � � � � � �� �O � L ��/ I..L L.L 0 � � � � � � � O Q � � � 2 Q � O � N � � Ln Cfl I` 00 d� � � � �� U � � � � C� � y- � � - C6 U Cn = - C� � Cn � O � U � � O � � � � C� � � O � � � � > ._ �--+ U � � � � � L � 0 L � (/i � U .� L � � � 0 -�--� V � � � � 0 V � � C� � C�A .� � � � a� � � a� � X � � � > O � � � � � �V � C� � � � , � U � .� 0 � � � � � C� V � � ca � � , � a� � i � � O � > � 0 � O � � � O .� a--� � � i � V � � � � � 0 U � a--+ � � �V � � � � � ._ � a� � � � U � � a--+ � � � � � � U � � O � � O � � � .� � O r`�V � � C� � 4.� � � r■■i V � � � � CG � � � � � � � b!1 � � � � :� � � � � �n ..� � � .� � � � � v a � .�4 � c� J y � . ,.y � � � 0 J «r+ C� .--i w � � � 0 � � 3 � .? � Q � � O . �, � r � �--� yC W � � v U . ,-, � v � ;� a� � � � � � � � � r � a� � � �n �� � � ..__, � :� Q � � � r � a� 0 � � � � � 3 � � �� � .� � U � � � �--. =: �N �� .::!v �I � R� W � � W � U �/ / � U W ■ O � � � a 0 0 N V � N O N t � O � � � L,L 9+ c� � � � � � � � � Q� ��-�( V � � � � � O � ^ � � � � � J � � � � � � � � O �� W c � � � � � N � ca � � � .� W � W � N O N t � M � � ^ � V�I �^ i` r I a O O N � (� T�� V a� L � � � W � N .� N � � � N L � � �i � � � U O 0 � � W V! �A` W � .� � m � N � N � � � N � � L �^' W � � c � � (B � (B > W L � W c � �^` W 0 � m i �� U (6 L � � � C � U � L �� � � � U � � � �U � � � U U W G m` r U (� L �� � O U � � � L � � � O � L (6 � \� 0 W �� � Z m` r � � N � O U � L �I^i VJ � 0 U L � (6 � O � � L � « � � L^' W �� � � 0 +-� � � (6 � L � O L � N � � W �^' W L � � r .� � � � U � L �� � � U . . . . . . . . � � � �� � U � ■� � � � I W � � 0 � L � �L � O � L U � � � � �� � � � � O N +r � � � � � U Q � � � O � � � � N � � � �^` O L � L � �� L �A` � L � U � t/j c6 N C L �i O }� � O � � U � V 11 `� � � N � � � � � O � N �a � � � L � L � � � � L � � .^` O � \V � �� � � � •� � � � V L � O O �O U �, � � += O � � v U vi v�i � �� � V � � � v � + � � a v�i M v � � � � � � O � O � O � � t� � � � � � � � � U � L � � � Q � �� �� �--+ Q � � �,,, :� � (B N � � V^` O � � � � �� N }� �� C � O � L � � O � v U � `~ � O L � � � � � L a o 0 L � •Q � � �\ ^ � 0 � L 0 � � L •O C � � Q O C� a�i c .� c�QQ � �--+ � � � W � .� � � I.J� � �U � � � �� UA` W .O L � � � C N � � U O � � � U � c� � c (� � � � � .� � c� � a� L^` W � � c c� � U � C .� O O � N � � � � � � L O a � � � L N (n c � N ' p � � � � � U � - f�^ L � Q � � �L � VJ � � � � � � � � � � � � � � � � m � � � � � � � � � c � o c� � � u� � •� � •X � � — m � � � ,.,� � o � � }� � A ` O � � � �� � }� � � O � U � �� (� � }r � O O • � O O U � L � N L � � � O Q ^` ^ U � � �..r . �.., � V� U (a L cn a% i� ' � Y � � � �, �' �� C N � C � U� �(� U U � �> � O}, O L L O� p�� L � �QU(n�UWm(n�J��� M M M CO CO O M O CO M O O O O M � �� � N O N O � � M M � N � � � N N� O ��� N�� � � � � N� M Ln I` I` N � d� O O � M I` O O O � � � � � N N M M M M� O O O O O O O M M M M M M M M . . . . . . . . . . . . . . . � a a � a � � � � � � � � � �i a ° � -o � a n � � �p � n� n� w m o� a� � � ` w. w � � � � L m N � 7 �� 7 7 5 LO C � a Q Q.� 6 Q tr �n � Q � � � � � 'B ZS Ti �L7 � � y I�r L 4.�� A L L � N 0] ''' C Q� N V] 9] N Ol al L +-� � _ _ 4 v� � Z3 � �6 L � '6 'C] .� .� � ❑ �- Q � U � C O ❑ O d 4 O b (�O N � U �] L7 `� c.l Ll U v � a � "� � � � � � � � � .� � �� `� t° o 0 0'� o o n c � " - a � .� a� � �. �. �. a �. :� �. � c �' °�n `� ¢� T ¢� ¢� n� � o� v a� � o � O O � O �' � O O iO C O O d n � �° Na '} o c .e � �� c � c c C N 'fl U � O O ._ OC vl 4. O C C C T' C � C C U � � �. a � n� v n� oa m� m m -,�c � �° -a � � fO a > > z° � � � ' � � `� m � u �s ..r c� o a ❑ 0 3 ° +� a �' ❑�' ❑'9 0 0 C. C " � O LL Q � � TS �" '6 � '6 9 .... ._. � a � � � vi �n � � N N �f � N N ❑] N ❑ v N �' _ b '� 5. r �, �, � ro L — m L c � � �' C C 'C C Zi � '�6 r � � 3 n� p � Ci N n� 6 6 0� m � R t�o � o o O c G � _ � °' � .� � � R � � � � � ' ^ �o �a � m .� +� V� a o a ❑ Q � a on a ❑ a� o� o 0 � y J-+ C ++ J--� V V }� � � -a -o � � -�s � '� � � � ° � � � � N N 0] N � N 4] � N N d] � N � 9) 6) O � Q] N N N � Q7 N �y U] 1] N N N � N �l +� � � c m c � � c c� c a c c � � � � 3 3 3� m � � m � � �� 3� 3 3 +' � � � � � � a � ° � ;° � � �/� � a o 0 o m D ❑ a� a ❑ a v. ❑�, a a V J 7- r 7� Y oc �. y r+, �- � 7� � }- y r h � � C Gi � � � �rs � -a -o � � � � � � � � ¢� u� n� � w n� v ¢� ¢� o� w a� '� � t, � 4. � � � ti � 4. � � a a � a a � � � � � a � 6 Q' CT Q C�i GT [3' Q O' Q iT 6 �l] N N N a7 N N N N N N N � CC iX CC OC C�' IX �C .R' [�' CC CC LlC �^` y W � Q Q Q ri a--I � rd N e'i �"I N rl LL 2 2 Z � � # � V^\ W � 1 � o a ❑ � � z � � � N � � � � � � � � � w � � � x ca � a n a a ca o W a a a a a a a ai ni ni o� n a [1. � ui a ni ni ni oi oi ni �+ 7� 7-� 4 7+ L1 LZ A. 0. Q. 0. � F'^ H H � T F- T 7. i^ 7� 7� 7� �6 fe �0 TS F- � �p f- .� H � F- w � CH I- � H Cti �. +� a� � � q) T� q) "r 6] � N '� � � � � V] � `�" �6 f� f� iS .-� CL f0 � i1 -- S7. :.• R. — A.; R. — a � C] d C7 CA � Q �-:. i� � u. � V i.i � T �6 � G � � � � � C u7 � � ? �11 � � � N C � N1 � � V � a n� � � c u �, ^ � � � m c 4 n� in }' m � +=� t t � � u' a � o `"- 4 �n � � o � �n ° � a c � � A � � v m - �, � m � �,-. C � .� q 9 4- u � ❑ N � � m `� U 4 � � � � �O � � � w I- C n� " q p 7 �'J � � � � �L � � tA � C - � •� � m �ul O O � � � � q �� � � lJ CO CA 4 V � N z C N � � � � � v' L] ❑ C � � 0.¢�j � n'7 O ['+`] N �D N Lr1 � C m b4 � h� a � d � � M 4. N n� n� +� � 6 a � V i � n'] �r5 �r] � *ti n� ¢� C V� � m d^ � � � O iD r�p � U � .� L -� 0 0 � � o N 0 4j � d. �11 ,� o �p C C C C C � C � ❑ m _. o� +o� o a d o� o {p T 7 � � LL � N L] •u •u u •L� O •c.l ❑ � L � 0 � {� Gf] �L a �'^ (n N fI1 G+] G+7 � Gn N C O � V � L f+ � � � O I •V,A/ ' .v, � � 1 � 1 � ' « ! •W^ � i.! I � �� � V ' •O L a W � � � � � 0 � � 4 � N a--� n� C7 �, 7 a � � N E rti � G °' LL d a m R u L) � N a � � Y! � � UY N LL a � NI � m 4 H � �I N � 4 V � •� Li N � a 9 = G7 � 0 � � _ � LL G1 a �5 � � � � � � o � o 0 o n ,�r, 'y 'F G '.= 'P '« Q G Q Q Q Q Q Q � 0 0 0 o � � � n 0 0 � m i � i a 4 � � � N � r — � � a` � " m � _ T m � — �z ffi " � E � W 0. N � 1 1 � i U 2 � � N L E E E E E E m � o o n o a r� i L1 �' V � v �] u � m � � � � � � K a � a o � � � � ml � ' u o�il '� � �' G V x ti a o y a o � � �a � �a ro5� ! a � y3 9 � � T � Y p � G m E� � j" � � � N ` w w � � � e � o a'o � d a` 'o 0 o u � � � �, � i � � W o � — i a a u� c o 2 m a o � — � m ni ow� o � g �—° "� m�O � � � — w— , � - d � —� � m � � ' � a yl � � E�I q� � � i � �„ � ❑ 0 0 0 ❑ 0 I U W c.i � � � Q � � � 3 � W L � � L � _ W � c� � �o L Q � N H � t � t � �3 � � 0 a a� � � _ 0 a� � � c� � a ti � ti � N � � N � � ._ � � O � � 0 � � � c.i � � s � � � c 0 � v� � � a� � s � 0 3 � 0 � � � a � � � � � O � � � �/ / � � O �� � � Q W L ■� �� � M0 W � v � � 0 t� � O � L �� � � V V � � � � � � � i � � � U � � � O U N � T � O � O � � O Q Q � i_. 0 � � � i � � � � � ``■ � � O � "� , � � � i O � _ i �- �� �"r L � a � � V ._ � L � � � � � V L � � � � � � � .O � � � � � a � � � � � 0 L � � � L � � � _ .� � V � i/� � O .� � V � � N M N � N � , � .� � .� � L � Q � � � V � � � L .� � � � � � � � � i O � L � � � � Q � � � 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects. ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project, listed as "Dev. Services ITB_2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects in Bonfre, unti12:00 P.M. CST, Thursday, December 19, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST, on February 27th, 2025 on Mezzanine Floor Room MZ10 at the New City Ha11,100 Fort worth Trail, Fort Worth, Texas 76102. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas. bonfirehub. com/portal/?tab=openOp�ortunitie s Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�portunities/121232 . 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 Bonfre Platform (Procurement Portal) will not be accepted or considered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 11 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://vendorsu�ort. �obonfire. 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: The current opportunity is dedicated to providing expedited design and construction services tailored specifically to developer-led and funded, small-scale, infill projects. The major work will consist of the (approximate) following: replacement and extension of 800 feet or less of Miscellaneous Sewer main lines, Sewer service lines and Sewer taps; as well as incidental traffic control plans. The intent of the program is to provide the development community with a turn-key approach for the design and construction of community facilities. There will be a large quantity of small-scale jobs that range from construction costs of $20,000 -$100,000. We are estimating that, at full scale, the program will have approximately 200 projects a year. Due to the eXpedited nature of Small-Scale Infrastructure Program, the Program will not include the following scope items: Developments in the Floodplain, Annexations, Projects with City Cost Participation, Work in other jurisdictions (TxDOT, RR, etc.), Pipeline Encroachments, Specialty Items that require Maintenance Agreements, Forestry Tree Removal Permits, Offsite work requiring temporary construction easements, Signals, Pedestrian Hybrid Beacons, Flashing Beacons, School Zone Flashers. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualiiied by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openOp�ortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOp�ortunities, under the respective Project. Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�portunities/121232 . PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: November 19, 2024 TIME: 4:00 PM The Prebid conference will be held at the New City Hall. Once in the building, use the elevator to get to the 6�` floor and look for Room 640, or you can ask support to page Blanchet Dimonekene or Jenna Henderson. 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 Bidders presenting the lowest responsible bid. Please refer to the instructions to bidders for additional details on the proposal requirements. The City may award contracts to more than one qualified bidder and is not required to award any bidders. After bid opening, but prior to award, the City reserves the right to negotiate on specific line items. RENEWALS This Contract may be renewed up to four (4) additional one-year terms at the expiration of contract time under the same terms, conditions, and unit prices. Unit Price Adjustments will be considered, per the following Unit Price Adjustments. UNIT PRICE ADJUSTMENTS The Contractor shall have the right to submit unit price adjustments every year from the commencement of the contract. Each adjustment shall be based on documented and verifiable changes in cost as outlined in the contract. Following the award, additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already in the Agreement, may be added. ADVERTISEMENT DATES lst Date of Advertisement: November 6, 2024 Through the Star Telegram 2°a Date of Advertisement: November 13, 2024, Through the Star Telegram END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 SECTION 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: The Purchasing Manager c/o: The Purchasing Division 100 Fort Worth Trail Ciry of Fort Worth, TeXas 76102 FOR: Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects City Project Various City Project Numbers No.: Units/Sections: Base Bid 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 21. 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 notifcation 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: CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS Small-Scale Infrastructure Program Unit Price Construction Contract for Form Revised April 2, 2014 Miscellaneous Sewer Projects Various Project Numbers 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. 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 Transmission, Urban/Renewal, 24-inch and smaller b. Auger Boring, 24-inch diameter casing and greater c. Sewer Interceptors, Urban/Renewal, 24-inches and smaller d. CCTV, 18-inches and smaller e. Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating f. Sewer Bypass Pumping,l8-inches and smaller g. Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) h. Concrete Paving Construction/Reconstruction (Less than 15,000 square yards) 4. Time of Completion 41. The Work will be complete for Final Acceptance within task order days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work tand/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 . , 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) £ 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. CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 6. Total Bid Amount h. Any additional documents that may be required by Section 12 of the Instructions to Bidders. 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. Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, I� Title: Company: Address: $0.00 by the entity named below Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 (Signature) (Printed Name) Corporate Seal. State of Incorporation: Email: Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Urban/Renewal, 24-inch and smaller Auger Boring, 24-inch diameter casing and greater Sewer Interceptors, Urban/Renewal, 24-inches and smaller CCTV, 18-inches and smaller Sanitary Sewer Manhole/Structure Interior Lining — Warren or Chesterton Coating Sewer Bypass Pumping, 18- inches and smaller Asphalt Paving Construction/Reconstruction (Less than 15,000 square yards) Concrete Paving Construction/Re construction (Less than 15,000 square yards) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: (Signature) Title: Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 0o dz ds BID YROPOS?1 Pa�e I o( I I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of Bid Unit Price Bid Value Item No. No. Measure Quantity Unit 01 - General Requirements 1 9999.0001 Street Use Permit 01 55 26 EA 25 2 0170.0102 Work Order Mobilization, Enter Bid Amount of $3,500.00 01 70 00 EA 100 3 0170.0103 Work Order Emergency Mobilization, Enter Bid Amount 01 70 00 EA 10 of $6 000.00 Unit 01 - General Requirements Subtotal Unit 02 - Existin Conditions 4 0241.0100 Remove Sidewalk 02 41 13 SF 500 5 0241.0401 Remove Concrete Drive 02 41 13 SF 500 6 0241.1000 Remove Conc Pvmt 02 41 15 SY 50 7 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 50 8 0241.1200 Remove Brick Pvmt 02 41 15 SY 50 9 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 300 10 0241.2001 Sanitary Line Grouting 02 41 14 CY 20 11 0241.2011 Remove 4" Sewer line 02 41 14 LF 100 12 0241.2012 Remove 6" Sewer line 02 41 14 LF 100 13 0241.2013 Remove 8" Sewer line 02 41 14 LF 100 14 0241.2014 Remove 10" Sewer line 02 41 14 LF 100 15 0241.2015 Remove 12" Sewer line 02 41 14 LF 100 16 0241.2016 Remove 15" Sewer line 02 41 14 LF 100 17 0241.2017 Remove 16" Sewer line 02 41 14 LF 100 18 0241.2101 4" Sewer Abandonment Plug 02 41 14 EA 10 19 0241.2102 6" Sewer Abandonment Plug 02 41 14 EA 10 20 0241.2103 8" Sewer Abandonment Plug 02 41 14 EA 10 21 0241.2104 10" Sewer Abandonment Plug 02 41 14 EA 5 22 0241.2105 12" Sewer Abandonment Plug 02 41 14 EA 5 23 0241.2106 15" Sewer Abandonment Plug 02 41 14 EA 5 24 0241.2107 16" Sewer Abandonment Plug 02 41 14 EA 5 25 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 10 26 0241.2202 Remove 5' Sewer Manhole 02 41 14 EA 10 27 0241.5001 Abandon Manhole 02 41 14 EA 10 28 9999.0002 Plumbing Permit for Sewer Service Inspection NO SPEC Ea 1 Unit 02 - Existing Conditions Subtotal Unit 03 - Concrete 29 0330.0001 Concrete Encase Sewer Pipe 03 30 00 LF 50 30 9999.0003 Type B Concrete (#2500) 03 30 00 SY 50 31 9999.0004 Type E Concrete (#1500) 03 30 00 SY 50 Unit 3 - Concrete Subtotal Unit 31 - Earthwork 32 3137.0101 Concrete Riprap 31 37 00 SY 20 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 2 0( I I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 33 3137.0102 Large Stone Riprap, dry 31 37 00 CY 20 34 3137.0103 Large Stone Riprap, grouted 31 37 00 CY 20 Unit 31- Earthwork Subtotal Unit 32 - Exterior Improvements 35 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 100 36 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 300 37 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 300 3S 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 300 39 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 300 40 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 300 41 3201.0131 4' Wide Asphalt Pvmt Repair, Industrial 32 01 17 LF 300 42 3201.0132 5' Wide Asphalt Pvmt Repair, Industrial 32 01 17 LF 300 43 3201.0133 6' Wide Asphalt Pvmt Repair, Industrial 32 01 17 LF 300 44 3201.0150 Asphalt Pvmt Repair, Sewer Service 32 01 17 LF 200 45 3201.0151 Asphalt Pvmt Repair, Water Service 32 01 17 LF 100 46 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 300 47 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 32 01 17 SY 300 4S 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 32 01 17 SY 300 49 3201.0301 2" Extra Width Asphalt Pavment Repair 32 01 17 SY 100 50 3201.0302 3" Extra Width Asphalt Pavment Repair 32 01 17 SY 100 51 3201.0303 4" Extra Width Asphalt Pavment Repair 32 01 17 SY 100 52 3201.0400 Temporary Asphalt Paving Repair 32 01 18 LF 75 53 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 300 54 3201.0616 Conc Pvmt Repair, ArterialAndustrial 32 01 29 SY 300 55 9999.0005 High Early Strength Conc. 32 01 29 SY 200 56 9999.0006 Conc. Pvmt. Repair Beyond Defined Width, Arterial/Industrial 32 01 29 SY 100 57 9999.0007 Conc. Pvmt. Repair Beyond Defined Width, Residential 32 01 29 SY 300 58 3211.0211 6" Flexible Base, Type B, GR-1 32 11 23 SY 40 59 3211.0212 6" Flexible Base, Type B, GR-2 32 11 23 SY 40 60 3213.0301 4" Conc Sidewalk 32 13 20 SY 40 61 3213.0351 4" Conc Sidewalk, Exposed Aggregate 32 13 20 SY 20 62 3213.0401 6" Concrete Driveway 32 13 20 SY 50 63 3213.0451 6" Concrete Driveway, Exposed Aggregate 32 13 20 SY 20 64 3214.0200 Brick Pvmt Repair 32 14 16 SY 50 65 3214.0400 Brick Pvmt Repair( City Supplied) 32 14 16 SY 50 66 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 60 67 9999.0008 Conc Curb & Gutter Attached to Conc Pvmt. 32 16 13 LF 60 6S 3216.0301 9" Conc Vatley Gutter, Residential 32 16 13 SY 20 69 3216.0302 11" Conc Valley Gutter, Arterial/Industrial 32 16 13 SY 20 70 3292.0100 Block Sod Placement 32 92 13 SY 20 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 3 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 71 3292.0200 Seeding, Broadcast 32 92 13 SY 20 72 3292.0400 Seeding, Hydromulch 32 92 13 SY 20 73 3292.0500 Seeding, Soil Retention Blanket 32 92 13 SY 20 Unit 32 - Exterior Improvements Subtotal Unit 33 - Utilities _ General Utility Items 74 3301.0001 Pre-CCN Inspection 33 01 31 LF 1000 75 3301.0002 Post-CCTV Inspection 33 01 31 LF 1000 76 3301.0004 Final MH-CCN Inspection 33 01 31 EA 1000 77 3301.0101 Manhole Vacuum Testing 33 01 30 EA 30 78 3305.0001 4" Waterline Lowering 33 05 12 EA 5 79 3305.0002 6" Waterline Lowering 33 05 12 EA 5 80 3305.0003 8" Waterline Lowering 33 05 12 EA 5 81 3305.0004 10" Waterline Lowering 33 05 12 EA 5 82 3305.0005 12" Waterline Lowering 33 05 12 EA 5 83 3305.0106 Manhole Adjustment, Major 33 05 14 EA 10 84 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 10 85 3305.0109 Trench Safety 33 05 10 LF 200 86 3305.0112 Concrete Collar for Manhole 33 05 17 EA 30 87 3305.0114 Manhole Adjustment, Major w/ Cover 33 05 14 EA 10 88 3305.0203 Imported EmbedmenUBackfill, CLSM 33 05 10 CY 100 89 3305.02041mported EmbedmenUBackfill, Crushed Rock 33 05 10 CY 100 90 3305.1002 16" Casing By Open Cut 33 05 22 LF 50 91 3305.1003 20" Casing By Open Cut 33 05 22 LF 50 92 3305.1004 24" Casing By Open Cut 33 05 22 LF 50 93 3305.1005 30" Casing By Open Cut 33 05 22 LF 50 94 3305.1102 16" Casing By Other Than Open Cut 33 05 22 LF 50 95 3305.1103 20" Casing By Other Than Open Cut 33 05 22 LF 50 96 3305.1104 24" Casing By Other Than Open Cut 33 05 22 LF 50 97 3305.1105 30" Casing By Other Than Open Cut 33 05 22 LF 50 98 3305.3001 6" Sewer Carrier Pipe 33 OS 24 LF 50 99 3305.3002 8" Sewer Carrier Pipe 33 05 24 LF 50 100 3305.3003 10" Sewer Carrier Pipe 33 05 24 LF 50 101 3305.3004 12" Sewer Carrier Pipe 33 05 24 LF 50 102 3305.3005 15" Sewer Carrier Pipe 33 05 24 LF 50 103 3305.3006 16" Sewer Carrier Pipe 33 05 24 LF 50 104 3305.3007 18" Sewer Carrier Pipe 33 05 24 LF 50 105 3305.3008 20" Sewer Carrier Pipe 33 05 24 LF 50 106 3305.3009 21" Sewer Carrier Pipe 33 05 24 LF 50 107 3305.3010 24" Sewer Carrier Pipe 33 05 24 LF 50 108 3305.3011 27" Sewer Carrier Pipe 33 05 24 LF 50 109 3305.3012 30" Sewer Carrier Pipe 33 05 24 LF 50 110 3305.3013 36" Sewer Carrier Pipe 33 05 24 LF 50 111 9999.0009 4" Sewer Service Tap 33 31 50 EA 20 112 9999.0010 6" Sewer Service Tap 33 31 50 EA 20 113 3331.3101 4" Sewer Service 33 31 50 EA 10 114 3331.3102 4" 2-Way Cleanout 33 31 50 EA 20 115 3331.3103 4" Bored Sewer Service 33 31 50 EA 50 116 3331.3105 4" Private Sewer Service 33 31 50 LF 50 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 4 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 117 3331.3106 4" DIP Sewer Service 33 31 50 EA 10 118 3331.3107 4" DIP Bored Sewer Service 33 31 50 LF 50 119 3331.3109 4" DIP Private Sewer Service 33 31 50 LF 50 120 9999.0011 4" Private Service Line PVC Cleanout 33 31 50 EA 20 121 3331.3201 6" Sewer Service 33 31 50 EA 50 122 3331.3202 6" 2-way Cleanout 33 31 50 EA 50 123 3331.3203 6" Bored Sewer Service 33 31 50 LF 50 124 3331.3205 6" Private Sewer Service 33 31 50 LF 50 125 3331.3206 6" DIP Sewer Service 33 31 50 EA 50 126 3331.3207 6" DIP Bored Sewer Service 33 31 50 EA 50 127 3331.3209 6" DIP Private Sewer Service 33 31 50 LF 50 128 9999.0012 6" Private Service Line PVC Cleanout 33 31 50 EA 20 129 9999.0013 8" Sewer Service Tap 33 31 50 EA 20 130 3331.3301 8" Sewer Service Line 33 31 50 LF 50 131 3331.3302 8" 2-way Cleanout 33 31 50 EA 20 132 3331.3303 8" Bored Sewer Service 33 31 50 LF 50 133 3331.3305 8" Private Sewer Service 33 31 50 LF 50 134 3331.3306 8" DIP Sewer Service 33 31 50 LF 50 135 9999.0014 4" 2-way Cast Iron Cleanout 33 31 50 EA 10 136 9999.0015 6" 2-way Cast Iron Cleanout 33 31 50 EA 10 137 9999.0016 8" 2-way Cast Iron Cleanout 33 31 50 EA 10 138 3331.3308 8" DIP Bored Sewer Service 33 31 50 EA 50 139 9999.0017 8" Private Service Line PVC Cleanout 33 31 50 EA 20 140 3331.3310 8" DIP Private Sewer Service 33 31 50 LF 50 141 3331.5201 6" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 75 142 3331.5204 6" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 75 143 3331.5207 6" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 75 144 3331.5210 6" PVC Sewer Pipe, 10' to 12'(Misc Only) 33 31 20 LF 50 145 3331.5231 6" DIP Sewer Pipe, 0'to 6' (Misc Only) 33 11 10 LF 50 146 3331.5234 6" DIP Sewer Pipe, 6' to 8' (Misc Only) 33 11 10 LF 50 147 3331.5237 6" DIP Sewer Pipe, 8' to 10' (Misc Only) 33 11 10 LF 50 148 3331.5240 6" DIP Sewer Pipe, 10' to 12' (Misc Only) 33 11 10 LF 50 149 9999.0018 6" DIP Sewer Pipe, 12' to 14' (Misc Only) 33 11 10 LF 50 150 9999.0019 6" DIP Sewer Pipe, 14' to 16' (Misc Only) 33 11 10 LF 50 151 9999.0020 6" DIP Sewer Pipe, 16' to 18' (Misc Only) 33 11 10 LF 50 152 3331.5301 8" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 400 153 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 500 154 3331.5307 8" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 500 155 3331.5310 8" PVC Sewer Pipe, 10' to 12'(Misc Only) 33 31 20 LF 300 156 3331.5313 8" PVC Sewer Pipe, 12' to 14'(Misc Only) 33 31 20 LF 100 157 3331.5316 8" PVC Sewer Pipe, 14' to 16' (Misc Only) 33 31 20 LF 100 158 3331.5319 8" PVC Sewer Pipe, 16' to 18'(Misc Only) 33 31 20 LF 100 159 3331.5331 8" DIP Sewer Pipe, 0' to 6' (Misc Only) 33 11 10 LF 50 CITY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 5 0( I I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of Bid Unit Price Bid Value Item No. No. Measure Quantity 160 3331.5334 8" DIP Sewer Pipe, 6' to 8' (Misc Only) 33 11 10 LF 50 161 3331.5337 8" DIP Sewer Pipe, 8' to 10' (Misc Only) 33 11 10 LF 50 162 3331.5340 8" DIP Sewer Pipe, 10' to 12' (Misc Only) 33 11 10 LF 50 163 3331.5343 8" DIP Sewer Pipe, 12' to 14' (Misc Only) 33 11 10 LF 50 164 3331.5346 8" DIP Sewer Pipe, 14' to 16' (Misc Only) 33 11 10 LF 50 165 3331.5349 8" DIP Sewer Pipe, 16' to 18' (Misc Only) 33 11 10 LF 50 166 3331.5401 10" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 100 167 3331.5404 10" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 100 168 3331.5407 10" PVC Sewer Pipe, 8' to 10'(Misc Only) 33 31 20 LF 100 169 3331.5410 10" PVC Sewer Pipe, 10' to 12'(Misc Only) 33 31 20 LF 50 170 3331.5413 10" PVC Sewer Pipe, 12' to 14' (Misc Only) 33 31 20 LF 50 171 3331.5416 10" PVC Sewer Pipe, 14' to 16' (Misc Only) 33 31 20 LF 50 172 3331.5419 10" PVC Sewer Pipe, 16' to 18' (Misc Only) 33 31 20 LF 50 173 3331.5431 10" DIP Sewer, 0'to 6' (Misc Only) 33 11 10 LF 50 174 3331.5434 10" DIP Sewer, 6'to 8' (Misc Only) 33 11 10 LF 50 175 3331.5437 10" DIP Sewer, 8'to 10' (Misc Only) 33 11 10 LF 50 176 3331.5440 10" DIP Sewer, 10' to 12' (Misc Only) 33 11 10 LF 50 177 3331.5444 10" DIP Sewer, 12' to 14' (Misc Only) 33 11 10 LF 50 178 3331.5446 10" DIP Sewer, 14' to 16' (Misc Only) 33 11 10 LF 50 179 3331.5449 10" DIP Sewer, 16' to 18' (Misc Only) 33 11 10 LF 50 180 3331.5501 12" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 50 181 3331.5504 12" PVC Sewer Pipe, 6' to 8'(Misc Only) 33 31 20 LF 50 182 3331.5507 12" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 50 183 3331.5510 12" PVC Sewer Pipe, 10' to 12' (Misc Only) 33 31 20 LF 50 184 9999.0021 12" PVC Sewer Pipe, 12' to 14' (Misc Only) 33 31 20 LF 50 185 9999.0022 12" PVC Sewer Pipe, 14' to 16' (Misc Only) 33 31 20 LF 50 186 9999.0023 12" PVC Sewer Pipe, 16' to 18' (Misc Only) 33 31 20 LF 50 187 3331.5531 12" DIP Sewer, 0'to 6' (Misc Only) 33 11 10 LF 50 188 3331.5534 12" DIP Sewer, 6'to 8' (Misc Only) 33 11 10 LF 50 1S9 3331.5537 12" DIP Sewer, 8'to 10' (Misc Only) 33 11 10 LF 50 190 3331.5540 12" DIP Sewer, 10' to 12' (Misc Only) 33 11 10 LF 50 191 9999.0024 12" DIP Sewer, 12' to 14' (Misc Only) 33 11 10 LF 50 192 9999.0025 12" DIP Sewer, 14' to 16' (Misc Only) 33 11 10 LF 50 193 9999.0026 12" DIP Sewer, 16' to 18' (Misc Only) 33 11 10 LF 50 194 3331.5601 15" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 50 195 3331.5604 15" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 50 196 3331.5607 15" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 50 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 6 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 197 3331.5610 15" PVC Sewer Pipe, 10'to 12' (Misc Only) 33 31 20 LF 50 198 9999.0027 15" PVC Sewer Pipe, 12'to 14' (Misc Only) 33 31 20 LF 50 199 9999.0028 15" PVC Sewer Pipe, 14'to 16' (Misc Only) 33 31 20 LF 50 200 9999.0029 15" PVC Sewer Pipe, 16' to 18' (Misc Only) 33 31 20 LF 50 201 3331.5731 16" DIP Sewer, 0'to 6' (Misc Only) 33 11 10 LF 50 202 3331.5734 16" DIP Sewer, 6'to 8' (Misc Only) 33 11 10 LF 50 203 3331.5737 16" DIP Sewer, 8'to 10' (Misc Only) 33 11 10 LF 50 204 3331.5740 16" DIP Sewer, 10' to 12' (Misc Only) 33 11 10 LF 50 205 9999.0030 16" DIP Sewer, 12' to 14' (Misc Only) 33 11 10 LF 50 206 9999.0031 16" DIP Sewer, 14' to 16' (Misc Only) 33 11 10 LF 50 207 9999.0032 16" DIP Sewer, 16' to 18' (Misc Only) 33 11 10 LF 50 208 3331.5811 6" DIP Sewer Pipe, 0'to 6' (Misc Only), CLSM Backfill 33 11 10 LF 50 209 3331.5812 6" DIP Sewer Pipe, 6'to 8' (Misc Only), CLSM Backfill 33 11 10 LF 50 210 3331.5813 6" DIP Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 211 3331.5814 6" DIP Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 212 9999.0033 6" DIP Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 213 9999.0034 6" DIP Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 214 9999.0035 6" DIP Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 215 3331.5822 8" DIP Sewer Pipe, 0'to 6' (Misc Only), CLSM Backfill 33 11 10 LF 50 216 3331.5823 8" DIP Sewer Pipe, 6'to 8' (Misc Only), CLSM Backfill 33 11 10 LF 50 217 3331.5824 8" DIP Sewer Pipe, 8'to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 218 3331.5825 8" DIP Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 219 3331.5826 8" DIP Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 220 3331.5827 8" DIP Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 221 3331.5828 8" DIP Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 222 3331.5837 10" DIP Sewer, 0'to 6' (Misc Only), CLSM Backfill 33 11 10 LF 50 223 3331.5838 10" DIP Sewer, 6'to 8' (Misc Only), CLSM Backfill 33 11 10 LF 50 224 3331.5839 10" DIP Sewer, 8'to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 225 3331.5840 10" DIP Sewer, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 226 3331.5841 10" DIP Sewer, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 227 3331.5842 10" DIP Sewer, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 228 3331.5843 10" DIP Sewer, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 229 3331.5849 12" DIP Sewer, 0'to 6' (Misc Only), CLSM Backfill 33 11 10 LF 50 230 3331.5850 12" DIP Sewer, 6'to 8' (Misc Only), CLSM Backfill 33 11 10 LF 50 231 3331.5851 12" DIP Sewer, 8'to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 232 3331.5852 12" DIP Sewer, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 233 9999.0036 12" DIP Sewer, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 CITY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 7 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of Bid Unit Price Bid Value Item No. No. Measure Quantity 234 9999.0037 12" DIP Sewer, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 235 9999.0038 12" DIP Sewer, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 236 3331.5857 16" DIP Sewer, 0'to 6' (Misc Only), CLSM Backfill 33 11 10 LF 50 237 3331.5858 16" DIP Sewer, 6'to 8' (Misc Only), CLSM Backfill 33 11 10 LF 50 238 3331.5859 16" DIP Sewer, 8'to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 239 3331.5860 16" DIP Sewer, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 240 9999.0039 16" DIP Sewer, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 241 9999.0040 16" DIP Sewer, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 242 9999.0041 16" DIP Sewer, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 243 3331.5807 6" PVC Sewer Pipe, 0'to 6' (Misc Only), CLSM Backfill 33 31 20 LF 50 244 3331.5808 6" PVC Sewer Pipe, 6' to 8' (Misc Only), CLSM Backfill 33 31 20 LF 50 245 3331.5809 6" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 31 20 LF 50 246 3331.5810 6" PVC Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 247 9999.0042 6" PVC Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 248 9999.0043 6" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 31 20 LF 50 249 9999.0044 6" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 250 3331.5815 8" PVC Sewer Pipe, 0'to 6' (Misc Only), CLSM Backfill 33 31 20 LF 50 251 3331.5816 8" PVC Sewer Pipe, 6' to 8' (Misc Only), CLSM Backfill 33 31 20 LF 50 252 3331.5817 8" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 31 20 LF 50 253 3331.5818 8" PVC Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 254 3331.5819 8" PVC Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 255 3331.5820 8" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Bac�ll 33 31 20 LF 50 256 3331.5821 8" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 257 3331.5830 10" PVC Sewer Pipe, 0' to 6' (Misc Only), CLSM Backfill 33 31 20 LF 50 258 3331.5831 10" PVC Sewer Pipe, 6' to 8' (Misc Only), CLSM Backfill 33 31 20 LF 50 259 3331.5832 10" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Bac�ll 33 31 20 LF 50 260 3331.5833 10" PVC Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 261 3331.5834 10" PVC Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 262 3331.5835 10" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 31 20 LF 50 263 3331.5836 10" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 264 3331.5845 12" PVC Sewer Pipe, 0' to 6' (Misc Only), CLSM Backfill 33 31 20 LF 50 265 3331.5846 12" PVC Sewer Pipe, 6' to 8' (Misc Only), CLSM Backfill 33 31 20 LF 50 266 3331.5847 12" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 31 20 LF 100 267 3331.5848 12" PVC Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 268 9999.0045 12" PVC Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 269 9999.0046 12" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 31 20 LF 50 270 9999.0047 12" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 271 3331.5853 15" PVC Sewer Pipe, 0' to 6' (Misc Only), CLSM Backfill 33 31 20 LF 50 272 3331.5854 15" PVC Sewer Pipe, 6' to 8' (Misc Only), CLSM Backfill 33 31 20 LF 50 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e R o( I I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 273 3331.5855 15" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 31 20 LF 50 274 3331.5856 15" PVC Sewer Pipe, 10'to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 275 9999.0048 15" PVC Sewer Pipe, 12'to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 276 9999.0049 15" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 31 20 LF 50 277 9999.0050 15" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 278 3339.0003 Liner - 4' Sewer MH 33 39 60 VF 20 279 3339.0004 Liner - 5' Sewer MH 33 39 60 VF 20 280 3339.0007 Wastewater Access Chamber 33 39 40 EA 5 281 3339.1001 4' Manhole 33 39 10 / 33 39 20 EA 30 282 3339.1002 4' Drop Manhole 33 39 10 EA 20 283 3339.1003 4' EMra Depth Manhole 33 39 10 VF 10 284 3339.1004 4' Shallow Manhole 33 39 10 / 33 39 20 EA 20 285 9999.0051 4' Dia. Drop Manhole Extra Depth 33 39 10 / 33 39 20 VF 10 286 3339.1005 4' Dia. Type A Manhole 33 39 10 / 33 39 20 EA 5 287 9999.0052 4' Dia. Type A Manhole Extra Depth 33 39 10 / 33 39 20 VF 5 288 3339.1006 4' Dia. Fiberglass Manhole 33 39 30 EA 5 289 3339.1007 4' Fiberglass Drop Manhole 33 39 30 EA 5 290 9999.0053 4' Fiberglass Drop Manhole EMra Depth 33 39 30 VF 5 291 3339.1008 4' Fiberglass Extra Depth Manhole 33 39 30 VF 5 292 3339.1010 4' Fiberglass Type A Manhole 33 39 30 EA 5 293 9999.0054 4' Fiberglass Type A Manhole EMra Depth 33 39 30 VF 5 294 9999.0055 External Drop Into Existing Manhole 33 39 10 EA 10 295 9999.0056 External Drop Into EMra Depth ( Over 6' of Depth) 33 39 10 VF 10 296 3339.1101 5' Dia. Manhole 33 39 10 / 33 39 20 EA 5 297 3339.1102 5' Drop Manhole 33 39 10 / 33 39 20 EA 5 298 3339.1103 5' Dia. Manhole Extra Depth 33 39 10 / 33 39 20 VF 5 299 9999.0057 5' Dia. Drop Manhole Extra Depth 33 39 10 / 33 39 20 VF 5 300 3339.1104 5' Dia. Shallow Manhole 33 39 10 / 33 39 20 EA 10 301 3339.1105 5' Dia. Type A Manhole 33 39 10 / 33 39 20 EA 5 302 9999.0058 5' Dia. Type A Manhole Extra Depth 33 39 10 / 33 39 20 VF 5 303 3339.1106 5' Dia. Fiberglass Manhole 33 39 30 EA 10 304 9999.0059 5' Dia. Fiberglass Manhole EMra Depth 33 39 30 VF 5 305 3339.1107 5' Dia. Fiberglass Drop Manhole 33 39 30 EA 5 306 3339.1108 5' Fiberglass Extra Depth Manhole 33 39 30 VF 5 307 3339.1110 5' Dia. Fiberglass Type A Manhole 33 39 30 EA 5 308 9999.0060 5' Dia. Fiberglass Type A Manhole EMra Depth 33 39 30 VF 5 309 9999.0061 Bore & Jack 8" D.I. Sewer Pipe 33 05 22 LF 50 310 9999.0062 Bore & Jack 10" D.I. Sewer Pipe 33 05 22 LF 50 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram U�it Pcice Co�shuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOC[1NIPNTS Con[rec� Revised 9/30/2021 Various CiN Proje�t N�mbers 0o dz ds BID YROPOS?1 Pa�e 9 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 311 9999.0063 Bore & Jack 12" D.I. Sewer Pipe 33 05 22 LF 50 312 9999.0064 Bore & Jack 16" D.I. Sewer Pipe 33 05 22 LF 50 313 9999.0065 Exploratory Excavation of Existing Utilities (0' - 5' ) 33 OS 30 EA 5 314 9999.0066 Exploratory Excavation of Existing Utilities (5' - 10' ) 33 OS 30 EA 5 315 9999.0067 Exploratory Excavation of Existing Utilities(10' - 20') 33 OS 30 EA 5 Unit 33 - Utilities Subtotal Unit 34 - Transportation 316 9999.0068 Traffic Control for SSIP Projects 34 71 13 MO 25 317 3471.0003 Traffic Control Details 34 71 13 EA 25 Unit 34 - TransportationSubtotal Addenda #1 - Additional Items 318 0171.0101 Construction Staking 01 71 23 LS 1 319 0171.0102 As-Built Survey (GPS Redline) 01 71 23 LS 1 320 9999.0069 Silt Fence NO SPEC LF 100 321 9999.0070 Inlet Protection NO SPEC EA 5 322 3305.0110 Utility Markers 33 OS 26 LS 1 323 9999.0071 Tree Protection NO SPEC EA 5 324 3305.0109 Trench Safety 33 0510 LF 100 325 3305.0113 Trench Water Stops 33 0515 EA 5 326 3339.0001 Epoxy Manhole Liner 33 39 60 VF 20 327 3339.0002 Epoxy Structure Liner 33 39 60 SF 20 328 0241.0500 Remove Fence 02 41 13 LF 100 329 3305.0202 Imported EmbedmenUBackfill, CSS 33 OS 10 CY 5 330 3305.0203 Imported EmbedmenUBackfill, CLSM 33 OS 10 CY 5 331 3305.0204 Imported EmbedmenUBackfill, Crushed Rock 33 0510 CY 5 332 3305.0205 Imported EmbedmenUBackfill, Fine Crushed Rock 33 05 10 CY 5 333 3305.0206 Imported EmbedmenUBackfill, Acceptable Backfill 33 05 10 CY 5 334 3305.0207 Imported EmbedmenUBackfill, Select Fill 33 0510 CY 5 335 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 5 336 3331.3312 6" Sewer Service, Reconnection 33 31 50 EA 5 337 3331.3313 8" Sewer Service, Reconnection 33 31 50 EA 5 338 3331.3314 4" Sewer Service, Reinstatement 33 31 50 EA 5 CITY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o dz ds BID YROPOSAL Page 10 o(1I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 339 3331.3315 6" Sewer Service, Reinstatement 33 31 50 EA 5 340 3331.3316 8" Sewer Service, Reinstatement 33 31 50 EA 5 341 9999.0072 18" PVC Sewer Pipe, 0' to 6' (Misc Only) 33 31 20 LF 50 342 9999.0073 18" PVC Sewer Pipe, 6' to 8' (Misc Only) 33 31 20 LF 50 343 9999.007418" PVC Sewer Pipe, 8' to 10' (Misc Only) 33 31 20 LF 50 344 9999.0075 18" PVC Sewer Pipe, 10' to 12'(Misc Only) 33 31 20 LF 50 345 9999.0076 18" PVC Sewer Pipe, 12' to 14'(Misc Only) 33 31 20 LF 50 346 9999.0077 18" PVC Sewer Pipe, 14' to 16'(Misc Only) 33 31 20 LF 50 347 9999.0078 18" PVC Sewer Pipe, 16' to 18'(Misc Only) 33 31 20 LF 50 348 9999.0079 18" DIP Sewer Pipe, 0' to 6' (Misc Only) 33 11 10 LF 50 349 9999.0080 18" DIP Sewer Pipe, 6' to 8' (Misc Only) 33 11 10 LF 50 350 9999.0081 18" DIP Sewer Pipe, 8' to 10' (Misc Only) 33 11 10 LF 50 351 9999.0082 18" DIP Sewer Pipe, 10' to 12' (Misc Only) 33 11 10 LF 50 352 9999.0083 18" DIP Sewer Pipe, 12' to 14' (Misc Only) 33 11 10 LF 50 353 9999.008418" DIP Sewer Pipe, 14' to 16' (Misc Only) 33 11 10 LF 50 354 9999.0085 18" DIP Sewer Pipe, 16' to 18' (Misc Only) 33 11 10 LF 50 355 9999.0086 18" DIP Sewer Pipe, 0' to 6' (Misc Only�, CLSM Backfill 33 11 10 LF 50 356 9999.0087 18" DIP Sewer Pipe, 6' to 8' (Misc Only�, CLSM Backfill 33 11 10 LF 50 357 9999.0088 18" DIP Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 11 10 LF 50 358 9999.0089 18" DIP Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 11 10 LF 50 359 9999.0090 18" DIP Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 11 10 LF 50 360 9999.0091 18" DIP Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 11 10 LF 50 361 9999.0092 18" DIP Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 11 10 LF 50 362 9999.0093 18" PVC Sewer Pipe, 0' to 6' (Misc Only�, CLSM Backfill 33 31 20 LF 50 363 9999.0094 18" PVC Sewer Pipe, 6' to 8' (Misc Only�, CLSM Backfill 33 31 20 LF 50 364 9999.0095 18" PVC Sewer Pipe, 8' to 10' (Misc Only), CLSM Backfill 33 31 20 LF 50 365 9999.0096 18" PVC Sewer Pipe, 10' to 12' (Misc Only), CLSM Backfill 33 31 20 LF 50 366 9999.0097 18" PVC Sewer Pipe, 12' to 14' (Misc Only), CLSM Backfill 33 31 20 LF 50 367 9999.0098 18" PVC Sewer Pipe, 14' to 16' (Misc Only), CLSM Backfill 33 31 20 LF 50 368 9999.0099 18" PVC Sewer Pipe, 16' to 18' (Misc Only), CLSM Backfill 33 31 20 LF 50 369 3305.1006 36" Casing By Open Cut 33 OS 22 LF 50 370 3305.1106 36" Casing By Other Than Open Cut 33 OS 22 LF 50 371 0241.1118 4"-12" Pressure Plug 02 41 14 EA 5 372 0241.1106 16" Pressure Plug 02 41 14 EA 5 373 0241.1107 18" Pressure Plug 02 41 14 EA 5 CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 0o az �s BID YROPOS?1 Page I I o( I I SECTION 00 42 43 PROPOSALFORM **** PROPOSAL FORM IS FOR REFERENCE ONLY< PLEASE BE SURE TO DOWNLOAD BID TAB FROM BONFIRE, COMPLETE & UPLOAD UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description Specification Section Unit of B�d Unit Price Bid Value Item No. No. Measure Quantity 374 0241.2018 Remove 18" Sewer Line 02 41 14 LF 100 375 0241.2108 18" Sewer Abandonment Plug 02 41 14 EA 5 376 0241.2203 Remove 6' Sewer Manhole 02 41 14 EA 5 377 0241.5001 Abandon Manhole 02 41 14 EA 5 378 0241.2001 Sanitary Line Grouting 02 41 14 CY 20 379 3303.0001 Bypass Pumping 33 03 10 LS 1 Addenda #1 - Additional items Subtotal Bid Summary Unit 01 - General Requirements Subtotal Unit 02 - Existing Conditions Subtotal Unit 26 - Electrical Subtotal Unit 32 - Exterior Improvements Subtotal Unit 33 - Utilities _ General Utility Items : Unit 34 - Trensportation Subtotal Addenda #1 - Additional Items Subtital END OF SECTION CCIY OF FORT WORTH Small-Scale ]n&aeWchve Proeram Unit Pnce Conshuc�ion STANDARD CONSTRUC7ION SPPCIFICATION DOCOMPNTS Con[rec� Revised 9/30/2021 Various CiN Yroje�t N�mbers 000sis-i ADDENDA Page 1 of 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 SECTION 00 OS 15 ADDENDUM NO. 2 2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Issue Date: March 25, 2025 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Attach this Addendum inside the Contract Documents and note receipt of this Addendum in the Bid Proposal as part of the Requested Information section. 1) Delete Section 00 11 13 — THE INVITATION TO BIDDERS from the Program Manual and replace it with the attached revised Section 00 11 13. The proposed change modifies the bid close date and bid close location to Apri13`d, 2025, at 2:00 PM at Mezzanine Floor Room MZ10 at the New City Hall, 100 Fort Worth Trail, Fort Worth, Texas 76102. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Misc. Sewer Projects Various City ProjectNumbers 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects. ("Project") will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project, listed as "Dev. Services ITB_2024 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects in Bonfre, unti12:00 P.M. CST, Thursday, April3ra, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST, on April3rd, 2025 on Mezzanine Floor Room MZ10 at the New City Ha11,100 Fort worth Trail, Fort Worth, Texas 76102. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas. bonfirehub. com/portal/?tab=openOp�ortunitie s Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�portunities/121232 . 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 Bonfre Platform (Procurement Portal) will not be accepted or considered. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 11 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://vendorsu�ort. �obonfire. 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: The current opportunity is dedicated to providing expedited design and construction services tailored specifically to developer-led and funded, small-scale, infill projects. The major work will consist of the (approximate) following: replacement and extension of 800 feet or less of Miscellaneous Sewer main lines, Sewer service lines and Sewer taps; as well as incidental traffic control plans. The intent of the program is to provide the development community with a turn-key approach for the design and construction of community facilities. There will be a large quantity of small-scale jobs that range from construction costs of $20,000 -$100,000. We are estimating that, at full scale, the program will have approximately 200 projects a year. Due to the eXpedited nature of Small-Scale Infrastructure Program, the Program will not include the following scope items: Developments in the Floodplain, Annexations, Projects with City Cost Participation, Work in other jurisdictions (TxDOT, RR, etc.), Pipeline Encroachments, Specialty Items that require Maintenance Agreements, Forestry Tree Removal Permits, Offsite work requiring temporary construction easements, Signals, Pedestrian Hybrid Beacons, Flashing Beacons, School Zone Flashers. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualiiied by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab—openOp�ortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOp�ortunities, under the respective Project. Here is a link to the respective project: https://fortworthtexas.bonfirehub.com/o�portunities/121232 . PREBID CONFERENCE — In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: November 19, 2024 TIME: 4:00 PM The Prebid conference will be held at the New City Hall. Once in the building, use the elevator to get to the 6�` floor and look for Room 640, or you can ask support to page Blanchet Dimonekene or Jenna Henderson. 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 Bidders presenting the lowest responsible bid. Please refer to the instructions to bidders for additional details on the proposal requirements. The City may award contracts to more than one qualified bidder and is not required to award any bidders. After bid opening, but prior to award, the City reserves the right to negotiate on specific line items. RENEWALS This Contract may be renewed up to four (4) additional one-year terms at the expiration of contract time under the same terms, conditions, and unit prices. Unit Price Adjustments will be considered, per the following Unit Price Adjustments. UNIT PRICE ADJUSTMENTS The Contractor shall have the right to submit unit price adjustments every year from the commencement of the contract. Each adjustment shall be based on documented and verifiable changes in cost as outlined in the contract. Following the award, additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already in the Agreement, may be added. ADVERTISEMENT DATES lst Date of Advertisement: November 6, 2024, Through the Star Telegram 2°a Date of Advertisement: November 13, 2024, Through the Star Telegram END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Small-Scale Infrastructure Program Unit Price Construction Contract for Revised 1/17/24 Miscellaneous Sewer Projects Various Project Nun7bers 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 1NSTRUCTIONS TO BIDDERS 1. De�ined Terms 11. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.23. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequali�cation of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 ll BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequali�cation requirement work types and documentation are available by accessing all required files through the City's website at: https://a�ps.fortworthtexas. og v/ProjectResources/ CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Sewer — Requirements document located at: https://apps.fortworthtexas.�ov/Proj ectKesources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 OSanitary%20Sewer%20Contractor%20Prequalification%20Pro�ram/WSS%20pre qual%20requirements.pdf. 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalifcation should be addressed to the City contact as provided in Paragraph 6.1. ��:�r. �rfr.e�r. _ _ . ._ . _ . . . ... . _ .. - -- - •- •--- - - --- - . . . 3.5. OMITTED. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 41. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. ^.� , � , ����� CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 413. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 41.4. OMITTED. , ■ . 4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. ... � , , , > > > > > , , • 4.1.8. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, �es�e��� and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, �~� �~�*��~� �~a ����� herein required. 4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 41.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification o£ , ._ . , ■ . . �sera!e��e�ste!*:�ssstrrr!�sti���re�!�r_� � -F - ■ • . , .. , � • 4.2.4. Standard insurance requirements, coverages and limits. 43. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 12/23/2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects, Various Project Numbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 ■ . � � � � ■ 5.3. � , � �,, �� �.� 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted under the respective Project via the Procurement Portal https://fortworthtexas.bon�rehub.com/portal/?tab—openO�portunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 12/23/2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects, Various Project Numbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 . . ._ ■ . . � _ . . ■ ■ , . � . . ■ . ■ 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance shall be identified on a Task Order Basis. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others • . � � .. ��. .. , ,� „ . . . • . � . . �, , , . . ��� . 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed and uploaded electronically. , ' , �� �� �� �� �� �� > > , 123. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the ofiicial address of the iirm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11 . Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non-Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. The City will review the bid and qualifications and award a contract to the lowest responsible bidders. Bidder shall upload completed 00 41 00 — Bid Proposal Workbook as well as a PDF of the Unit Price Sheet. A signature of a duly authorized agent of the bidder's firm must be placed on each unit price sheet provided as part of the bid to be considered complete. 17.2. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.2.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.3. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the contract Documents or upon the request of the city. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.4. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid. ' , ' , , , � CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Contract for Miscellaneous Sewer Projects, Revised/Updated 12/23/2023 Various ProjectNumbers 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5 17.6. 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. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder. 17.7. Pursuant to TeXas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.8. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.8.1. The contractor is required to �ill out and sign the Certi�icate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.9. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 181. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 12/23/2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects, Various Project Numbers 003513 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTI�N Od 3513 CONFLlCT OF INTEREST STATEMENT Each bidder, offeror ar respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that ane is curren# and on file with the City Secretary's Office pursuant to state law. If a member of the Fart Worth City Council, any one ar more of the City Manager ar Assistant City Managers, or an agent af the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, khen a Local Ga�ernment Officer Conflicks Disclosure Siatement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chap#er 176 to your company. The referenced forms may be downloacled from the links provided below. Form �_I{� {�qnfiict of Inter�st �3�aest�annaire st�#�.Gc.��} h�E�s�llwww ethi���tat� #x �s/datalforms/��n�i��'CI5 �df ❑ CIQ Form does not ap�ly C� CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Wildstone Construction, LLC I�1�.� 1/_IL Y' Signature: Title: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24 2020 00 4100 BID FOFtM Pape 1 af � SECTION 00 4100 BID FORM t0: The Punchasing Manager rJo: The Purahasing Divlstan 204 Texas Slraet Ctty a� FoR WoRh� Texas 76�02 FOR: 2024 Smail-8cale IMrastructure Program Und Price Construction CoMr�! br Miscellaneous Sevu°er Projects City Project No.: VaMoua City Project Numbers UnitslSectio�s: $ase Bid 1. Enter Ir�to Agreeme�rt The underaigned Bidder proposes and agrees, If this Bid is acoepted, b enter inW an qgresmertt with City in the torm inGuded in 1he 8id�ng Documents to pertorm and tumish afl Work as spedfled or indfcated fn the Cor�tract Documents fvr the Bfd Pr3ce and within the Contract Time indicated in this Bid and in axordance with the other terms and oondi�ais of ihe Contract Documents. 2. BIDDER Ackrxrwleclgements and Certiflcation 2.1. In submitdng this Bid, Bidder aocepts alt of tiie terma and conditions oi the INVITATION 1"0 BIDDERS and iNS1'RUCTIONS TO BEDD�RS, including without limitabort ihcse dealing with the disposition af Bid Bond. 2.2. Bidder is aware af a11 ooets to provide the required insurance, wHl do so pending coMracl award, and will provide a vaild insuranoe certi�cate meet#ng aN requirements within 14 dgys of rrotif�cabon oi award. 2.3. Bidder certit�es that this Bid is genuine and not made in the interest of or on behali of any undisclosed individuai or e�ity and is not submilted in coMormity with any ooliuslve agreement or rules oi any group. aasoda6on, organization, or oorporation. 2.4. 8idder has rrot t�recdy or Indirectly induced ar solicited any other Bldder to submit a false or sham Bid. 2.5. 8�r has na! soliciied or induced any individual ar entity to retrain iram bidding. 2.B. eidder has nat sngaged in comrpi, fraudulent, call�sive, or coercive pradices in compeUng for !he Contract. For the parposes of ihis Paragraph: ' a. "�pt p�ctice" means the offering, giving, receivir►g, ar solic�ting oi any thing of value likely ta i�luence the actlon W a publlc ailicial [n the bidding pnocess. b. '"fraudulent practice" rr�eans an i�teM�nal misrepreser�ation of facts made (a) to influence the bidd�� prxess to the detriment of City (b) to establish Bid prioes at artiflcial non-compedtive levels, or tc) ta depfire City ot the bensfite of Tree and open compNit�n. c. "oollusive ptacfeoe" means a sc��eme or arr�n�em�rrt betw�een two or mot�e &dders, with or withcut the knawledge af Ciry, a purpose ot which is to establish Bid prioes at artHicial, nori-compe�Nve I�v�ls. CI7Y OF fORT WORTFF STANOARD f,;ONSiRUCTiON $PECIFICATION OOCUMENTS RaNs�d 9f�itIZ021 00 �t o0 BID fORM Papa 2 0! � d. "ooe�cive pradice" means harming or Ehreatersing to harm, cNrectiy or ir�directly, persons or tl�ir property to Intluence their partidpation in the bidding proceas or aHed the enecution of the Gantract. 3. Prequaliticatian The Bidder acknowladges th� the following wark types must be perF4rrned only by prequal�fied contractars and subcoMractars� a. Water Transrriiss�on, UrbanlRenewal, 24-[nch and smalier b. Auger Boring, 24inch diameter casing and g�ater C. Se�ver IntercepWrs, Urban/Rene�+al. 24-inches and smal3er d. CCN, 18-inches and smalier e. Sanitary Sewer ManhoEe/Struature Interior Lining — Warren or Chesterton Cost�g f. Sewer Bypass Pumping, 18-irsches and smaller g. Asphatt Paving ConstructioNReconstructlon (Less #han 15,OD0 square yaMs) h. Concrete Paving ConstructionlReconstruclion (Lesa than �5.00Q square yards) 4. Tima of Cample�ion A.1. The Work v�ll be complete for Final Acceptanee within task order days atter the date when tha the CoMract Time commer�ces to run as provided in Paragraph 2.03 of ine General Cor�litions. 4.2. 8idder accepts 1he provisions oF the Agreement as to fiquidated damages in the event of failure ta complete the Work {and/or achievement of Milestones} within the times speci�ed in the AgreemeM. S. Attached to this Bld The Mll�wing documents are sttached to and made a part af this Bid: a. This Bfd Fcrm, Sectior� 00 41 00 b. Required 8id Bond, 5ectron 00 43 13 issued by a sureky meating the requlraments of Paragraph 5.�1 of the Genera! Condidons. c. Proposal Form, Sectien 00 42 43 d. Vendor Camplisnce to SNate Law Non Resident Bi�fer, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. PreRualiRcatfan Statement, Sectlon 04 45 12 g. Con�ict af Interest Affid�vit, SecHon 00 35 /3 •if necessary, CIQ or CIS forms are to be pro�ided directly to City Secretary h. Any addit�nat documar►ts that may be reyuired by Sedic� 12 of the Inatructions to Bidder� CRY OF FORT WOR�H SiM10AR0 CONSTitUCiION SPECIFICATIQN DOCUMENTS RNiwd �V�Or102t 00 �4 QO 9� FORAI Pop� � at 3 8. Total Bid Amount 6.1. Bfdder vrill oompfete tF�e Work in aocardance wlt� the Contract Dacuments for the follawing bid amourrt. In the space provided bela�r, please enter tha total bid amaunt for thfs project, Qnly this figure will be read publicly by #he Cfiy ai the bid opening. 6.2. It is �nderstood and agr�eed 6y �e $idder in sigMng this propo�al that the totaf b� amount entered below is subject to veriflcation an�lor modihcativn by multiplying ttre unit bid prices for eac� pay item by the respective eslimaRed quan�ties shown in this prapoaal and then tata�ag a!I of the extended arrwuMs. Toial Bid 7. Bid Submittal ��� `Z«j Oj1 • � � — ��r��j�r This Bid is subm�ted on Q4103I2025 by the entity named belaw. Re; By: Title: PresideM Company: Wildslone Conshuciion, LI.0 Corparale Seal: Address: 12850 Highwey 287 Fort Worth,l'X 76052-2616 State of Incarporaticn Texas E.mail: cseweil�wildstoneconstrucdon.00m Ph�e' 817-847-8660 END O� SECTION CI�Y OF FORT VMOR7H 8TANDARD CONSTHUCTION SPECIFICATION OOCUMEN76 Reviaed 9�OVZ021 w at u �ldT1RN hK�r t s�� oo � a PROPOSAL FdilA "" PROPO5AL FOHM IS FOR REFERENCE ONLYK f'LEASE BE SUAE Tp DpWNLpAD Blp TAB FRWd BpNF{RE COI�LETE 8 UPLONO UNIT PRiCE BID Bidders Appllcat#on P�e}e,t iMm MTomrtlon e�h propp�� Itun 0.M � ����„ M Run Q�N+Uq Un1t�Aa 81dWlu� f1nIt07 • (�n�nf R�q�dr�n+wMs 1 8698.000/ ShsM Up PKari 01 33 29 EA 2S t 89100 t tl,e6o.D0 z ot 7oA,o2 wah DrdarlAaelll�elbn. Enter Bld AmauM a i3 500.0o w 70 0o EA 100 : sM.00 : 9Y.�oo.ou , D170AtOS YYak Orde►Enwpency Map�ixptlOn, ENlf BIA /VmdR1t 01 70 00 EA 70 f 6W.00 { 3.W0.00 UnM01 .G�n�nl fipWr��p� sup�l i �.190.00 11nb03-�d eln G � • 02�1.OIpp Ranwvs 8ldswn4c OY 4i 49 Sf 600 i 3.00 i 1000.00 5 OQ41.O�01 Ramove Gaxrata dke 02 4113 $F Sp0 S 5.00 S �.5QQA0 6 0241.t000 Rwnow Conc Pvml pT I1 15 SY 50 i 7�.00 3 5.700.00 7 OQ41.1100R�nwv�MphrlWrM D2�17S 8Y 50 f 71.00 i 3.7rOD.00 8 0241.1200 Rrnov� Bii�C P�Mnt 0't 41 16 $Y 50 f lO.GO i f.�00.00 O OQ47.1900 Ramo�e Cane C�rb 3 Guner Q2 41 15 LF 300 i 20.00 f a.000.00 10 42�t.2001$��Ie�yliNCi�adiiQ 02411� CY 20 t 5l0.00 f 11,6pQ00 11 0241.2011RamoreA"SewerFla �ati� LF 100 f 10,00 i 1,e06.00 12 02�i.20�2 Rarove 8" Sawer Ilns 0241 ►� LF i00 f 18.a0 t 1,EOOA? t$ OZ�1.2013 RamDve S' Sewx Ins 02 41 14 LF i00 S 2ti 00 S 2 t00.0o 4� OQ+1.2014 Ftanww 10` Swwr fiu 02 �7 14 LF 100 t 2t 00 S Z 100.00 15 02H.201i R�mov� 12' Sawr I{n� p2 N 1• LF 100 t 79.00 i =,300.00 18 02�1.2016 fi�lnov� 15' Sawrf tl� D211 14 lF 100 5 ZS.W i i.300.00 17 02�1.2017 RemoVa 19' $lwel fM 02 �1 14 LF 100 i 2700 f 7.T00.00 1A 0241.21014'SewerAbanEonmanlPWp OQ<11� EA 14 i 69e.00 t B.iBQ00 19 0241.210Q 9" Sawer Abendom�aM PYp 02 N 11 EA 10 S e92 00 t Q.B2Q00 20 0241.21005'SewerAbando�aMPM�y 0241 t� pJl 10 S 7210D � 7.7tip00 Z1 024f.�1G110'8ewerAbandoarnNtlPpip p?N t� EA 5 7 s.i5.00 i 1.17flOG YY 0241.210617' Sarwr Ab�adoruprnl Phq OQ �1 1i EA 5 f 1 10l.00 S S.b1500 23 0241.210815' Sa�wr Abmdonmer�S php 02 41 1/ EA 6 i t.� pp i 9.1QQ00 24 0211.210718' $awa► M�nQonnaM Plup dZ �t 14 EA b i 2.3N 00 f H.8Q0.00 2i OdH.2101RMpve�'SawerlVAeNiale 02�114 EA 10 f �,113.00 f 4f.130t00 26 02N.Yt02 Refiora S' Slwar MlaMqk 02 41 14 EA 10 S 2113 00 f 21.1�nU0 27 02N.5001 Abudw� AAanlwds 41 1� EJI 10 S x.Sia 00 ! 25 7aROD 2B 8989.0002 PMmbk�y Pemikia 8�wrr Sa�vk.�lnsqcoon NO BPEC Er 1 � 650.OG t 550.00 Unk 02 - ExMfnp Coedflkns Subtonl i 173.200.OD 11nM 03 • Cooenu 2Y 0.f3QA001 Canaw �e Sa�wr Pipe 03 90 00 lF 60 i 118.00 t 6.e60t00 �9 99B@.0000 TypO B CO�M{0 (/25001 W 30 00 SY 'J� t 117 00 f 6.E60.00 a, eeee.000� �yoe E conae�s p�tsoof a� so ao sv ao s ��a.ao � s,soo.ao UnM3-Conc»hs�mtot�l t t7,000.a0 Unit �1- feathwak a2 a137.0101ConpieteRpep g1�700 6Y 20 S i7�.00 S ],se0.00 rnrur run uanr i7AKONqIC411tf7RUf.'[11MYECi1LALk1N1111111E]A% �say•" . r17�p�tMelrrtCw+�sti� t�� 1{nf�oi r!d!W I rinw C�ry M+��►4,M�R� wu+r xerwaw�.w. n,�etru BECSION 00 @ 4.7 PROA08AL fORIN ••" p�pepR06u FORAA 1$ fpR REFERENCE Ot�LY< p►� B� sURE r0 dOW1�LQIW BID TAS FROIA 9pN�RE CONPLETE 8 UR.OAD UNIT PRtCE BID Bidder's App�lcation �l•n �n+ �rrx�+��wn aaa.r. wo�e.a � �� 8p�e�tbe O�Non � ��r pn! r+1e� 6W Yalw 39 3197A102Lwpe8Wn�Riprtp.dry 919T06 CY 20 � t�00 3 3.24DOp 34 31�7.01931.�p� Bta�e Riprp. qioutad 31 �100 CY ZO 5 Z4100 f 4.t20 00 t1nM�t•e�Ahwiork�btohf i 11,61000 l3nM 32 - $ld�flo► Ynprowm�nfs 95 7T01.01114' 4VkklkyN� Pvrt4 RapMr, R�sid�tld 7�! 01 77 LF 70a i 9S 00 i �.ao0p0 �6 �201.011x 8 MYide MpANI Pvqlt Rp�l►. Reslde�al 32 01 17 Li �OQ f 102 m i s0.a0000 37 �Q01.011� tr Wp� AtphM Pmd Rp�it. R�sqs�iel 3� p1 1T LF 3pD i 11100 � 39,]0000 SR 3201A1214'WideAtphaMPvpttReptk.Aeterlal 32011T LF �0p S P300 f 2�,�pp.pp 38 S201A722sInMNltphs�PvaRR�yak.Arbd� 920f 1� tF 30D S 1G�200 i 70,00000 4D S2Q1.0123 d' WIOe AtphalE PvnM Rapeir. Maul 32 01 17 LF 300 f 12e 00 t 31,OOOOR 11 3201.0/71 �' YYId� AephaR P4m! Ftpair. IndwWl 92 0! 7i (i 300 � t W 00 t 70,900 00 12 3201AS32 S 1M1Ad� Asph�R Pvnt! R�fr, M�du�Yld 92 01 17 LF 300 i 102.00 i 70.000.00 �3 3201.013,7 E' 1Mds AfplraR Pvml Rpair. IndufYfel 32 01 77 LF 300 S 126.Oa S 37,lOO.Op 1� 3201.0160 Atphelt PvnM Rap�Er. Sewa SMvio� 32 01 17 LF 2pp = 131 tlo i 16,200.DD �S 3201.OtS1 l+�ph�k PNed R�pslr. Wa6sr Sarvbe �p1 17 LF f00 S 1�300 S 11,600.ap 46 �261.02C1 A�hdl Pw�N Rapah p�yqq DMYMd VVI� RssldenG� 32 Ot 17 SY 300 5 ut pp S 3Y 30G 00 �T 3201.OIOQ Afpha� PvnN R�patrg�yland Oad� Widtl1.11AaAel 32 01 17 8Y 300 S 1S3 OD f �5,906.00 IS 3201.0200 A�phMl Pvmt RapslrBayond pa�fed VNdlh Industrlal 32 b1 17 $Y 300 5 1$.6/ i 4S T9200 4Y 3201.0001 2' �tra W1dIR Aaptrli P�vmeN Rapdr �2 01 17 SY 100 i 1020o i 1a 200.0p SO 3201.03Gx3"[dr�Wld�hMplq�p�rt�tMR�pdr 320117 SY i00 S f1300 i {�80p.pp 51 3Z01.0303 4• Eatra Wdlh lupAeft Pavnr�Y Repair �2 Q1 1T SY 100 S 121.0o S 12 �00.00 i2 3401.0100 TmnpoirY A�pha11 pevNO Ra?= 32 O1 1 B LF 75 S 67.00 i l.52b.00 SS 720i.L634 Gonc Pvmt R�O�. R�tidentlel �Z Ot 29 SY 90D E 275.00 5 d6,o00.00 Sa 5201.Ob16 Ganc Pvml Rep�fr. NMA�IMAu�4W 3Z 0/ 2Y SY 300 S 215.00 S 73,600.OG 55 pYe0.0005 HIOhEati/ Sk�pth Co�w 32 81 Z8 SY 20o S 2A6.00 i E�►.soo.vD +SB OOD0.0008 Canc Prmt Rapelr g�Yd1d Defiwd VNdlh. ArtMsYbAwVhl 32 01 2� SY 100 i 2I6.00 S 22.A00.00 57 09000007 Cana Pvmi Reppir BeMond DNY�d W{dth, R�sideMiel 32 Q7 � SY 900 S 225.00 S 87.l00.00 'Ja 3291.02116' Fkd6M Bms, Type B. GR-4 82 7123 SY +0 S e3m 5 5.920.00 � 8�11.D21Z � Fkdhie Ba�O. Typa B. GR-2 3Y 112y SY 10 ; ;3,06 f 1320.00 EG �213.6301 �' Cpnc Sidewa![ 3213 20 8Y 40 S 214.00 i !: �l0.00 B1 3213.00514' Conc Sidrwa0c. Expos�d Apprep�te 3213 20 SY 20 E 28E.o0 S 6.3�0.00 E2 13.0�101 E' Collonsts Dflvawa� 321320 SY DO S tI1.00 S 12.Od0.p0 a3 321z.0451 E' Cona� Orlvea'h'. E�o�tl +�DO��� 5213 2D SY 20 s 2W.00 i b.�R00 � S21i.0200 BAd[ Pvmt Rapair 921116 SY BD i 330 00 S !8.'J00 00 65 321a.0100 9rldt Wmt R�p�y{ q1y Btqpl�A� 3Y 1116 8Y 50 i 25000 f 43.4pQ00 ee u��.oio, e-c�ea.e.�,a c�« s2 �e �s � eo s sa.00 s a.reo.00 ar e�e.000e co�cc,� a ca�m.rNneMaeo co� P„„+i ��e �a � eo s ea.ao s a,�ea.ao 6E 3t18A001 �' CaK Vdap Gu�ar. Reqdaroiaa �2 1619 SY 20 i 2aS.00 5 �.4tlo.00 BO 3216.00OQ 11" Canc Vdhr p�Aeer, J1eWiW�ndwhtal 321619 SY 20 i 2N.uo s r,aeo.oa 70 32YiA10Q BbtR Sod Plaoarnnd S2 021� SY 70 i 20Q.00 ! �.000.00 anr��rn�ars�rn� �s,.,k 4a,.rwvr.n.�w.i.wn;�.r.e.R.. STA.�9M��CM�111U1'IYW �I'Slffi[ATM1N IM1C17J}N7� �m4 R..�ale+alnt� �1a.r.r�n R�a� rhm►u� wp 1,1 il eilnuR�aN 1!p 3. � a SHCTqM 00 411.1 PROPDSJU. FWil�l ••" PROPQSAL F'apM IS FpR AEFERENCEONLY� PLEASE BE SURE TO OpVNfLOAD @ID iAB FROM HONFIRE CDMPIETE a UPLOAQ UNIT PR{CE BID Bidder's Appllaation Pro�et �enn r�.uon ewa.r. �os� BkR�! �� �eMeapon i�eaon Vo� o! 6iA Unp Pda 010 Yalw ltin Ns No. NbsKn Qu�nWY 71 321Q.0200 8q�np, Broadca�! Y! 0215 SY 30 � 176.00 i �,300.d1 72 329Q•OWOSa�dkfANY�n�ACA 320219 SY x0 t 30�.00 = a,7iQ00 79 3291.0600 9Ndhp, BW k�on Blsi��l 32 9413 BY 20 f 251.00 S 6.0lq.00 Ih►k �2 • E�tsrior hn sub�olil t E67.2�7.00 unn u- uuNtla a«�a.1 ua leun. 74 39d1.0001 Pia�GCNlrop�eum 3301 91 LF 100D i 2.00 ! 2,OOpAO 73 3961.0002Pori�CG7YYupectfon y90191 LF 1000 f 4.00 i 2.000.00 78 3301.ODO�t FYfd IYl�OCN Yropaatlo�t �y p1 �1 EA 1U00 i 1,d06.00 t t.B06,a00.OD 77 3301.0101 ManhoY Veeum 7ssrnp 99 0190 EA 3p f �76.00 f a,760.00 1E 3306.a00� �• WsaiW+s Lawe�l�q �305 tz EA 9 s s.OdS.OD s au�aa.ao �e �os.000a e� w,ar�r�e �awetiw as os �s � s s aaax.00 s ao.aeo.ao eo a�os.aoaoa-w.ee�e�o�w�� �oa�s � a s �.�+.on i s�.�aao e� a�os.000� �o� wsadu�e i.aw.nno �saa �z � a s assa.ao s ��.6saoo a� a�.aoos �r w.t.nr�e i.o�,[ny a� os iz �► a s a.soe ao s ��.s�a.00 B3 �3G6A106M�nIwkAdkqtrnnN,MaJor S306t4 EA 1D 8 �.997.00 i �9A7Q00 &1 9305.01fft WiM�ab Aqustra�nl. Minor 93 0S 1! FJ► 10 i z,eB7.4Q i �,97Q00 E5 3�05.040o TrW►ch SNNy 330510 LF 2pp i 1.p0 i 200.00 EO 9JOb.0112 Caaciale Caesr tor 11AaNials �3 OS 17 EA 30 s 9.203.90 f 9e,SQ0.00 a7 �0.SA1111AmihofsAqjusanenlMe�orwlCavar 97051� EA 10 i 7.O�i.00 i 70.�30.00 88 xfas-o2a771npabed f�nb�dmenVBadda. CLSM 330610 CY tOD t 342.00 S 24.�0.00 89 39�.0201 Ynponad EmhedrnenvBaddR. Cn,�Aea Robc 93 06 to cv too s ia�.00 f tio.�oo.oa 90 S�OS.iQ021d' Ce�nO BY Ope� Cul 73 06 22 i.F 60 f 265.00 t 13.lS0.00 61 3�05.1009 20' C�fkp By Opan Cul 7343 Z2 lF SO t 206.0o i 1�.BOO.OD Y2 3305.1004 2�' Csri�Y $Y Op�n Cul �i 06 22 lF b0 � SN.00 i 1T10Q00 97 x105.1006 ]E1" CefYq By Op�n Cu1 s9 os 22 LF 3o S 456.0o t 22.150�00 g1 3305.11Q2 iB' CatM+O eY OtlNf 7h017 OpM Cul S14b 22 LF 50 S OY.7.00 i MA60.00 B5 33D5.1103 20` Cedrp ey OO�er 7hsn Open Cu1 33 p6 22 LF 50 i t 010.Op i 90,30QOG 98 9306.11tFt 24' GnYp By 011rr Then Open CW 33 D6 �Z LF W f 1 150.00 f 57,WQ0p 47 9�03.1105 90' Gednp By Otlfer Then Open Cul JS 06 7� LF 70 t 1.L'u.00 i 71,7iDQ00 9S 9�06.90010'Svw�►GrtEorPba 95�21 LF 50 i b1.D0 3 3.OEQ4D 99 3906.900R8'SewarCanierPipa �50621 LF 60 f [B.OD i 3.3DR00 100 �305.70D9 77 9�w�r CanNr Plp� �30521 lF QO s 73.00 i 3A�.OR 10� S70S.90u412� S.w.r C.nier P�s S30S 24 LF 50 3 e�.ao s I.o60.00 102 5905.3006 i5' 9�rwr Cr�r#+ip� 5] 06 24 LF 50 3 9100 i 1.560.00 tQ3 �305.3D00 18' SwwrC�rtirA� 51 DS 24 LF 50 i 9i.00 f �.700.00 10� 3305.90Q7 18' S�w�r CartNr Pips 93 OS 24 LF 50 f 117 00 f 6,lSQQp 1US 33DS.9008 20' S�r GsAer P�s 3�! 06 24 k.F SO i �.00 f 4,100.00 10B 3906.900D 21' Ssv� C.eni�r Pp� 39 05 2A LF SO i t2.00 ! 4.100.00 107 3�06.�MD 21'SawerCanierP�e �l062� l.F 'JO f 1�.00 t 6,BD0.00 10B 3�06.9011 27'S!wlrCi�kfPipe 33G624 LF dfl S 9II.00 t �,030.00 100 9305.1012 �0' 8awsr CArtkr Pp! 37 06 Y4 �F IIG i 126 W f a,]OD.E)0 110 3305.�019 39' 8awer Ca�1a PK1s 3;I OS 24 Lf 50 t 167.00 i a.1b0.OG 111 9�.00OY 4" 8� SaNw Tap S� 3E 60 EA 20 i 1.900.00 i lS.000.00 112 88B9.00t0 d' 8nw� B�Ma T�p �! 91 60 EJ, 20 i 4.S77.OD t q.Stp.pp 113 �331.3101 4' 8rwrr 8enk� 3131 SO EA t0 i 4.t�.Op � N.�EOOQ 1 t� 9933.9402 4' 2�VYay Cltanoul �! 31 SO EA 2p i 2.OY0.00 J 37.e0Q00 11� �.731.3103 4" Band S�wor S�Mc� xf 3150 EJ1 60 S 4.7t7.00 t ?36.ID000 11e �11.31031'WIV�eeSswerB�Ma �,73150 LF 30 S 4,�70.00 t �t.S0u00 cmu�nxr�r�m II�RYliVJ11'f s.d5e.k Y�rh�r Uw1AceCMornr C�Yae Vuwr l p 11qM1 illulie� IWfeiM�Yl011 ruu ia�nhx��cnt r�eaar�� aecr�oN ao u �s PROPOSAIFQRYI "" PROPOSAL FORAtl6 FOR REFERENCE ONLYK PLF�SE BB SURf TO OOViR�110�M10 8JD U1B FROM BDNFIRE COMPLEYE i UttdAD UNlT PRfCE BID Biddsra Application a�.�� �aw r�to�oA a�ae.n. rre�a., � Ns ��V� `�° �O� M°�� � Unl! PAa Bk YNw �Y 117 3731.3108 4' D� SMff 8Mv10� 33 31 Sp £A i0 t 5.602.00 f 68.02Q0p 11E �.731.3107 4' O� Bp��d $lertt $l�yiw 39 �f 60 LF 60 S �3l.00 f 22�p600p 119 �31.3100 4• pP P� S�w�►S�NiGr 39 �I 30 LF 60 i f 70.00 � a OQQpp 120 A011 �' PiMY� 8rvicf Ll� pV�C qwfoiM 33 91 50 EA 20 i 2?82.00 t 4�1.61Q00 t21 9331.9�01 6'S�vwrB�Na 393150 EA 50 f �.otY.oD t I009SQ00 122 3931.ST02 6'4�w�rClw�aid 3731 60 EA 60 i �,OZ1.0U S 1r6150.00 ti23 3:iS1,92p0 6' Baad Se�wrServiee 3,131 �0 Lf SO � �7100 j 75,6�0.0D 124 3SS1.3105 8' PAr�fp $�r�f $MiC� 39 5130 LF 50 i 184A0 3 l�OQ00 12S 3531.3206 d' QP Saw� Servke �,131 SO EA 80 S e.0oS.00 S 3D113D.00 128 9331.32D7 8' Dp Basd 8wrp S�nke 93 31 SO EA '.�D t d.�7b.00 S 3Q3 900.00 tirr �s�.3aooe�oww�.ae�ws«wce �s�so � aa s a.�ao : �c�,�so.ao 126 99�.00t2 A` AtYqtf SNv{o� Lir PVC CNano�rt 33 31 50 EA 20 i 2.81t.0o S 562t0.00 fY0 9808.0013 a' Swver Seirbs T�p �S �f 60 EA 20 f 4.21Q.OD � e6.6B0.0Q iao �sa,.x�o, e- sa�er se� un. s3 a, �o � so s ,szoo s �.enaaa 191 3591,�3pZ a' 2�ray pesnwR �3 9160 £A 20 t 4 Ee3.90 i 53,26Q00 132 3a31.3903 fi Bord Sawer 8errlm 139130 LF !i0 t 52700 S 26,�3Q00 131 3371.3905 S' PiF�te Sewer Senira 37 91 SO Li 50 i 51.00 E 4200.00 131 3131.�06 a' OIP $swar Sarvbe 3� 9! 60 LF !i0 i 142 00 i 7100.D0 135 6888.0074 �' 2� Cnt Yon CNanout � 91 50 EA 10 s 198e.00 i 19.9B�Op 190 9989.0015 8' T�rry Cnt Yon CNanoul y9 91 50 fA 10 3 2 84e.00 i 3�6.bn0o �s� eeae.00�ac�zw.yc.u�c�..�o�,� saai 5v � �o : s.eas.aa s xemaoo 17B 333i.�UR�'plPBoreeSawerBa�Mm 1331SQ LA 60 E 7,Wd.00 � 731,800.00 170 �Q09.0017 d' PMa�s $enire Li�s P VC Gaer�di 13 3150 �/1 20 S �.061 GO 3 61.�0.00 1S0 �331 x170 d" dP Pdwb $awer$aroira 33 �1 SO I,f 50 S 1�2A6 S 7100.00 U1 9331,62p1 8' PYG SOwer Pipe, C Io 6' (I�isc d� 93 $t ?p LF 75 ! 7D.00 S 6�60.90 142 7331.S2W 8' PVC $ewar Pipa, 9' b B(A�pe pi� 39 31 20 LF 75 i 72.00 f 6.�00.00 143 9331.b207 � PVC $�wr Plp�, a` p 1d (lYlife O��ry 33 S1 20 LF 73 5 78.00 i 6.Q2500 144 3331.a2t6� PVC Sawr pipe, t0 b f2'(Mi�c ON�� 33 31 20 LF SO t 7700 t 3,86Q.00 145 3331.623/ e' O� S�ww Pip�, � l0 6' (Mise dy� 3311 10 LF 50 t 1�2.00 S 610a.p0 f�8 3391.5?J4 e' O� 8w�er Plpe, � Io 6(Albc O�� 3111 10 LF SO i IZS.00 3 6,25Q00 147 33�1.5Y37 6' pq $sw�r P"ip�, $ q 7P (7�Ilu dd» S91 { 10 LF 50 S 17D.00 f 6.IOQ00 I IB 3331 '�2i0 C OIP SIIwa pIp0,1p b 12' (I�IhG dll�� 5911 10 LF 60 5 19E.OD 3 l.900.00 144 SCGY.0018 8' a1P 8awar P1p�,1T � 14' (I�Iq�e Orltr) �311 10 LF 60 3 tIS.00 S 716Q00 1�6 9DOB.001� 6' OW Smv�r Plps, t�' b 18' (IYMac Qdyj 5311 16 I.F !0 S 19d.0Q S 7.00R00 �s� Y999.oa2o 8' o1P sewx aoe, �8' b 16' (A�c o,r�ly as n �o LF 5o s rla.00 s ��.�oo.00 1S2 3331 �01 8" PM� $awlr p�l, C b 8' (A/!C O�) 39 3f 20 L,F �p0 ! 70.00 S 31.1D0.0p 153 9931.53W B" PVC Bwer Plps, 0' b B O�s�c OrRy) 33 31 20 LF �06 S BO 00 i 10.000.00 154 3JS1.5307 B' pVC $awM pip�, 8 b l0 (IYGac Onl�rj 33 9f 20 LF 900 f �.00 f �S,�SOD.00 156 9331.5310 � PVC tierwr pip�,1� to 12y1dlec Or1�j 9S 91 24 LF 3D0 5 E� 00 3 46,?b0.00 168 3337.6919 B" PYC Sawer Pipe,17 te 14ryAdise pA�rj) aS 9130 LF i00 � �7.00 S P.T0p.00 iS7 3351.53te 8' PVC S�rru P�.1�' b 16' (M[tC plyy S3 9� 40 I.F 700 i 110 00 S t 1.00000 t58 33�1.b119 8' PVC SAwerPipa.10' b t�{Nbc Ory) �3 91 20 LF tOp 3 tm.00 i 1&l00.00 198 3171.bS.11 !' bP Q�NAI p�. Q b R(MhG ONy) S91 I 10 lF '30 i /M Of1 i 7.100100 crtYUF►��%ra7yl[i� �.,4a.��k Wmswr Ilqnw IMriic�cawwisn sr�vauw�tr�ei74wl1��vrKp3xrlCrnw�wx'aYxT.c ceNw RPIaJ YMQa=I VMwYICM Rqw1 ff�i.w� au,� ����� fqr5d11 �cnar a rx u PROP08AL FORAI "" fiROPOSAL FORM I$ FOR R�FEREbGE 01�V< PLEASfi BE SUAE TO OOMVNLQAD BD7A6 FROM BONFIRE COAi�LEFE i UPI,QAp UNIT PRICE B1D 6idder's Application PYO�et INnI l�rnr[on �qyy p�p� �s t�io. �°p :�"�j,� s"tl0" � �� unR hte. aw vmre 1Q0 5331.d�ti1 B" DIP 8ewer Ptpe. � W B� pllbo Oiiy) 3111 70 LF 50 i 1�6.OQ S 7.900.OG 1R1 3331.5937 8" OIP 8wrr Ptpa. � b 10' (FRbc Or� 3311 70 LF 50 i 119.00 3 7.�SQ00 162 3951.5710 8' pP 8�+rwr P�.1C l012' S� 0�1 3911 10 LF 60 i 136.00 f 7 7s0.00 183 9331.43I3 � dP Swwr PIp�.1710 4�' (hq�a OA� 3317 10 LF SO i te6.Op i 0.000.00 181 3311.SSIe s" dP Sawer Vips. 74 b 18' (Mbc On� 3311 10 LF i0 ! 173.00 { 47400p 1E5 3331.5949 B" �IP Sswar Pipa.1B' b 9a' (AIqC p1i� 3311 1Q iF 30 i ZR1.00 S f 2,Q60.4n tEe 1.3101 10' PVC l4wwr PfW. C!o B' poltc Onll1 37 31 20 LF i00 i a0.00 f aA00A0 107 3�1.310410' PU�C SwMer Pfps. E l0 6 QAifc ON/) 71 Sl ZO Lf 100 t sY.00 i Q.900.00 158 f.bW7 i0" PVC 6awerPlye. B' fo 1ffiMbo ON�/j 9M1 91 10 LF 100 t 90.Ou ! 9.00O.pO 189 9331.511Q 10' PYC'3ewarPipp.l0r b 17(I�c G� �3 ]t ZO LF 5D S 100.00 i S,fl00.D0 170 3331.SH310' PVC 8awar Pips. {2' fo 14 �bc On1� S9 3120 LF 50 i tDS.00 ! S,�JO,OO 171 9391.5�11d 1P PYC B�xMr PI�e.1�' So ib' RMife Only) �3 3120 LF �0 i 119.OD = 6,060.00 172 333f.6i4910' PVC 9pwer PipR,10'to 18' (Misc Or�ly) � 31 20 LF 80 t tYflOD t 9.lOO.OD 173 3331.6451 1� pP 8awer, 0' W 8' (IAbeOrop) 4311 10 LF 50 = 212 ao i w.eo0.0p 77� 3331,y13410" DIP 8ewer. 8' to B' (� �y! 9311 10 �,f 6p i 1E4.00 S e�00.00 175 3331.5477 1Q' DIP 8awOr, 8' tv 1G (Ilt[7C Only) 3M1 ! 1 10 LF '30 t 167.G0 � 6.JSO.OQ 178 3�11.i4�t010" OIP S�wr.10' b 17 (Misa O�Oj� 9S 11 10 LF 60 t 172.00 i b.COQ00 177 1,5�f1 i0' DP Sewer.l7 b/4' (liliec O�/j} 5311 10 LF 90 S 151.00 t o,060.00 17$ �331.5U8 70" DtP Sawer. 14' b 18' (Mlu Only� 3311 1C LP SO i tYS.00 f 9.760.00 179 3331.5�46 f Ur D1P Sawr. 18' 1018' t#Rlu ONy) 3311 10 LF 50 i �7Y.00 S t3.�60.00 180 3331.3501 f Y PVC Sawer Plpe, D' Op 6' (Mba O� �S 31 20 LF 50 s t6S.00 i 7.7b0.00 16! 3331.5604 12' PVC S�wx Pip�. �� 8'(Mbc ON�/j �y 31 TO LF 60 S 1U0.00 � 5.1500D 7 b2 9331.35Q712' PYC Sewar PEpa. C' l010' (ARiu Oriy) �.131 20 LF 90 S 109.00 � 6.00pp6 �e3 ��.ss�o�rFvcs.w.rgy..�vwtizc��hA �s��zo � so a ,t�.aa s s.aso.00 1e.1 �.002ti tr PVC sawer �pe. tr b t4' (�eo�y! s33t 20 �F so : ,20.0o s a.aoo.00 ias ss�mn�ra�cs�.►wp..�4b�e���o,rh x�a�7o � sa s �e�.00 s o.�000 I86 �66p.Op231T PVC SawN Pips.1B to 18' (ilthe Oriy} �� 31 20 �F 50 i 218.00 = 10.BOQ.00 187 3331.3531 12' D� Sawrr. Q b 8' QrtbC 0►�Yjr) xi 11 70 LF 50 S t8100 i 9A60.00 188 ��.ss�+ � r o� s�. e� n a� � oN» 33 f t 10 LF 50 3 18�.a0 f 0�00 00 188 9331.565712'DWS�rMtr,B'lalff;Mi�e0a1/� 31t11D LF �SO S Y�00 f t2.100.00 790 9331.65�W 1x" pIP Sevrer. iC W 12' (labc Or1ry 3111 10 LF 60 i 19p.00 f 9.300.00 181 99�O.00Q412" OIP Sewar,l2' io 14' (1AlC G� y3 71 10 tf 50 f 102.00 f �.8p0.00 i&2 99YY.002S t2' DIP 8!wlr,14' b 16' «IbG ON/f 33 7t 10 LF 90 f �15.OD i 10,75QOp 193 OB�9.00�B 12' DIP Sewer.l0' l01B (Mlu ONj) �i 11 10 LF 'JO f �Y.uu � t1,B60.00 194 5391.8b01 1�' PVC Sa1w1 Pla. 0' !o b' {Ap�c dY� 33 31 20 LF 60 � 116.00 i b�01L00 19S 5931.3ta115' PVC 8wwr Pfp�, 6' Ea g{Albc Onlyy 3S 31 ZO LF 60 i 1 t9.00 i 3,960 00 148 3391.SOOJ 1 S' PVC 8�w�r Pfps, 8' to 10' �Hsp ONy� �3 31 TO LF 60 f 1 s3.00 i 6.10Q00 CIiYi1F NIIT MO�ill S►AfAAW7CIrCilllpl'IItN�HI.'fY.'AitlNlllk'NIHn7� ��4M� YO�wYwrrMprVe[hrtC�.ur Ils.i.viM.W�lI i�w+ Yr� C� Ih�ua Nr�a a�t» xai nuMei� r.� �.t i r sECTwN oo u u PAOPOBNL FORM •'•' P(iOPOSAI FORM t5 f0A REfERENCEONLY� AI.F�lSE BE SUAE TO D04NNLQAD B�! 7A8 FROIY! 6pNFFlE G011PlETE 6 UPLDAU UNIT PRICE B!D Bldde�'s Apalicatfon P��el I6ra hCarmadoe BIdOKs Pioposd Bld�l ��� �dfleatbn:reflon UpIt01 81d Unl! P�lo! Bld YYu! Itm1 N0. lio. Y�uun O��IY 197 3931 �101$ PYC San�r Pipp,lq' b 17 (Mi�c ONy} 33 91 YO Lf �0 i 160.00 i 9,000 OQ 198 .OGQi 1Sr' PVC 8aw�r Plpe, t2' l014 i� �Yi 3.1 ]I 20 l� Su � 1�7.00 i a.�00 00 1�S 98�9l102e 1S PVC BMw Pfp�.14' b 16` (1�Yac On� 93 91 p0 LF ',f0 i 210.00 i 10.600 00 200 p909�02815' PVC $awer PIp�.1Q b 16 �MflC O� �3 31 �0 Lf 70 i 261.00 t 12 700 00 201 33�4.6731 1E' t31P SNrar: C 10 g piMsc On�ej 3311 10 LF SQ t 2�.00 S f2,�.7000 7G2 3Ss1.57341Q'OIPSwwr e' W B;illiseON�r) 3S 11 10 LF �JO � 3D7.00 S 15.35000 20S 93x1 6737 i�' dP s�wr. a' lo ld (Mlied� u 11 10 LF 56 ! Z9b,00 5 t� 7�S00p 201 3331.8740 iB' pQp S�wr,10' b ii �G ON�q 3111 10 LF 90 i 25E G4 S 12,60000 205 98Yp.0030 78' Q'A 6ewet 12' fn 1� {�Y�C 01� 5311 10 lF 50 S Z61.00 S 13.qSOpp Y08 99Y�.0001 16' QP B�rwr.1�' eo 19' (Mbt O� 3:S 11 10 LF 60 i 2aQ0o ! 1�,000.00 207 99Y8.00021a' a'P Bwwr 1E' Eo IB (Mlsc O�? 3311 10 LF 50 t 3!v 00 i 10.33000 206 333156119' qP Sewer P�s, Or b E' (ilALc O�iyj. CL8M 9a�Jd� �3 91 10 LF SO 3 278.00 = 13.�00.00 209 3331 5B1Z b' plP Sewer Pips. $ bo B' (RAisC Ody�, CLSiN BaciclM 1311 10 lF 50 E 1l6.00 t 0.250.OD 210 3931 SB19 C dP Sawar Wps, S b 3Q (A[Esc Onl�, CtSA1 Beddlll �J 11 10 Li 30 f 188.00 5 e 1q0.00 Z1I 3931381� C OIP 3�w�rPfp�, 40' b 12' (NYuOnlyl. CLSM Badd�l 3311 10 Lf SO 5 178 00 S 8.800.00 212 9�Y-0033� pP $awer P�s,1210 14'(MUcONy�. CL6M B�iAi�A 3311 10 LF b0 t 19i.00 t 9.1qp_OD 219 9�.0031!' OIP S�r Pq,14' lo t8'{MI�cdVj�, CLSN Bstld�f 3311 10 LF dU S tse.00 t 7.9oD.00 t�. �.00�,�-o�asa��ps.,se,e�i�;,cco�rry.c�sn�eeaa�r �»>o � sa s xea.ao s ,saoo.00 z�e ss3�.sen a� o�a s.wK �., a a e� c�c o�ryf, c�s� e.dd�a � �> >o � so s a�, a s �.oeo.00 :,e x+a�.�ex+saas��.Qaec�conirf.c�aMeraaoa as»>o � so : ��.oa s o.sso.ac x�r �s,.� e' oir s.rwr Pip.. e'ro ta �Ausc o�+rl. c�sM Bsdda 93 t� ,o � So s ,ae.00 s a..00.00 zse rr3�.� a- o� s�r w�, ,n �a �r p�.c a,y� c�sM a.d� as n�o � so a i�, ao s a,sso.00 zse a��,.sexe r ar s.,�.r �., �r m u• o�u,c o�rrf c.�s�e esarn� as i� �a � so a »e.ao : a,�o.ao x�o s33,.ae�t� � aP se�er r�.. �� ro �e� �nc on�rf, cisM e.c� ss n�o �F eo a ,eoao � s.000.00 221 3331.3EQa E' Dp S�xwr P'ip�, 18' lo IS (I�fee Only�, CiSAI Batl�fi S� 11 10 LF 9D s 2920o i u.ea0.00 222 �381.6b771Q' DF SNw�r, 0' l0 $�&C Only}. q.81A B�ddq 1711 iD �F 9D E t9t.00 f E.WO 00 223 �159�91� O� 8�wr, 6 W 8(lisc �, ClS1A 8atlda 9311 10 LF 50 i 2G0.0� t l01SO.p0 22� �33l.68091P O�P Se�rer, 8' to 17 (AAbe ONy�. CLSIA BecNfil xi 11 10 LF 50 S 18�.00 E E.Z00.00 215 3931.SE401? OP S�wr.1Q Eo !Z (l�qc Qtiyj. CLSM Bael�li 3J it 10 LF 56 s 20e.06 S /�.10�.00 228 9331.50t11Q'qPSawer.171e1�'plliseONy).CLSMBaddi 931f10 LF i0 f 2t1.06 3 10,7G0.06 2Tr aas�.se42i�o�s.n.r.�rro�a'�aW1.Ci.sMs.aur� xii��o �.F so s �.m s ��.�aa.00 Y28 33M11,5B�110r DIP Savar, 18' ro 1g (Iw�c ONy). CLSAA 8aekfi 3311 10 LF i9 S 91a.00 S 15,900.00 zae 9ss� aaw u o� s�wr. a ro e 0*,c oeM. c�eM ea� xs >> �o � so s �ao.00 s ti,.000 00 230 73S1.5E301Y' OIA 8ewer, 6' ro�(AN�e O�q. CLSMA Betld�l 3S 11 10 LF 50 5 YLt.00 f tt t90.00 r�� �ss�.s�, ,r arsawer, e w aa p�c ar�. c�.sM e.aaa � i> >o � so s rls.00 s t�.sso 00 ru �,.sesz �r nws.►Y.r, ,v w iz �.e a+�rf. e�sµ e.aur rr ���o es sa s n,.ao s �,.ssaoo �� aeas.oasa ir o� s.r�x, +z m u� �� o�+», c�sw sac� x� i ��o � so : xm.00 s �o.oso ao C[!1' ��( HMT M'IMlll lrR�de YWenchir 11�a L'r rnaaa.rr�w !iA}ALW /lY1tf17{11C11�M 1fFCi1CAfULY I� �C7!HF7�T� Cr4a.e p�yNYfy.'O21 Y l'OlhoptNa�oa ��:�� ����� ��K�� liCCT10H 00 42 q PROP08A1 FORA! '•`• PRf7P06AL FORINlS FOR RECERENCE OMIY< pEE/1$E BE SU9E i0 DOVYNLOAO Blb TAB FAQM BONFIRE CpMG�FTE i UALOAD UNIT PRICE BID Bldde�'s Application ProJ�et thm h[nrrqtbn eldOws Proyad k�aN ��� �� � Nl��iau�n q��y YM Mu Bk Yalw 23t �BOi.00371T OIP &�r. t4 b 1S (MliscOnl�, C16�1 Bad�Rl 3011 1G LF i0 S 2a2.00 S 1�.100.00 23b 9�.OaiB 12' DtP 8wwr.1S b 7B (MIiC Q�II�, CL6�1 B� 3311 10 �F 50 i 93a.00 i /a.900.p0 238 3191.6&47 79' DIP 9swsr, 7 b a(Mlic Od�r�, CL81A B�qdi 3711 40 Li SO s 260.00 f 11.100.00 2S7 13�1.6S.SS 1A' pIP $ewer, � b g{�ito OiMy�. CLSAA Beckli 3311 10 LF 60 = 209.00 { 14.860.00 23B 1331,�95916' DIP 8ewef 8' b 10' (NYse O�Vj�J. QSM Bee�il 33 t 1 10 LF 50 i 296.00 i 14,500.00 298 J931.38E018' DIP Sw�w�. ta to tr �tac ony?. CESIA Brkf� J311 10 LF Sp : 806.00 S ti6.Z50.00 240 OODOA00918' O!P S�wO� 1� b 1�' (AifC OIMy). CLBM! B�ckfi 9311 10 !F 60 t 3T7 OD i 18 �D.00 241 .00401C'O�Sawar t�'to1C(AYtcOtiy�.CLSMBecWM 3311/0 tF �0 t 12b.00 t 2t,3oo.00 2{2 .GO+N 1�" DIP S�ar. 1B' b f9' (I�Ihc ONy}, CLSM B�dd� 3a 11 10 LF 50 � 506.00 t 13,2SD.OU 243 3:i11.5B07 C PVC Swwr Pp, a b Q p�4C Ofllyy CL8M Back� 39 31 20 LF 50 i t5B.OD � 7 96p.pp 2M 9�1LSBOE 8' P1/C Sewsr Pipe B' b 6(AYu p�jq, CISM B�ddil 33 91 2G L,F 30 i 11R.00 3 6,7n0.0� 2a6 3�.if.59pp � pyC Sawer Pip� S'to 7d �I�lise Onl�, CLSM 8aehfi 33 31 20 LF 50 t 117.00 S S.B66.00 218 19810 � P1/C $awer Plpe 10' l01�' (AMu Only}, CLSM B�CIdY 39 SI 20 L,F 50 i 175.00 ! 6,150.00 2�7 .OW2 8` PVC Bewar Alpe 1710 44' (M,�c O�iyj, CLSM BarJd/ 3,1 y1 20 LF 90 i 12R.Fq s 6.�OQ00 240 A0130' PVC 6wr�r Plp� 14' to 1s' �M�c Only�. CLSIiA BM,i� �3 3120 LF 50 f tIS.00 i 7,250.00 249 .OW� 8' PVC FiOWEf P�0 18' 10 99'�1rL�s OiNy}. CL8M1 Bacldi 93 5710 LF 6D S 208.W S 10.300.00 2S0 3931.3815 8` PVC Savrr Ptp�, d b B{I�te qfly/). f,'�$AA 8eqde 33 31 YO LF �30 = 11G.00 ! 6,950.OD as� a�s� sa�s e� wc Se� �aa. e� ro g�c o�, cxs►t esdao a� �� ta �F eo � �ee.00 s e..oaao 2s� �s,.�s�� a Pvc s�. wr.. s ro �v ��ascanyi, as� eaaa� � a� sa �F so : tiss.00 s s.2so.00 25y 3331.5618 8' PVC Sawer P�s.1a to 17 (Abe ONyj, Ck3M 6�CJdM 99 3t 20 LF SO i tOB.q4 S B.�OROU �t 33:l1,5B10 8' PVC Seww Pipe.17 b 1�' (Ap�c Oidy) CISM Bacldlr 3S 3120 �F 60 S 1�8.0o i 8.800.00 253 3�1 JB20 8' PVC Sewar Pipa.1�' b 1B' (Nhc ON� �$1A 9�C1AIN 3S Sl ZD tF BO f 190.00 S 7 QOQOD 236 ]371.5821 S' PVC Sawu Wpe 18' b 18' (Mlsc d� CLSM 9sdda 3S �120 lF 50 i 2D0 00 S 12 70Q00 257 1.6BJ010' PVC Saw�r P�. 7 b 8 ptbc Ordyj CLSM Baaldi 39 s1 20 LF 50 t 127 00 t 6 36400 25S 1.5831 10' PNC $O�Me� Wpp. 8!p 8' (W tC OIHyj CLSM Bw�di1 33 91 Z6 LF b0 i 19U.00 t 6 500.00 299 �9.1f .6e32 10' PVC 8wwr Pip�. B' ro 1C I�he ONyI. ClBM 8sd�fA 39 ]120 LF 80 ; 132 00 i 6 eoo.00 2e0 1.688310' PVC Saw�r Pfps.10' b 17 (AWe O�iy), CLSM BadAIC �3 3120 LF 96 f t00.00 i b OOG.00 261 1.6804 !Q' PVC Saw�t ptpe.l7 b 1�' (IA�C 011lyj, Ci87M Bedddl 33,1 �0 LF 50 i IN.OQ f 7.�06.OD T02 1.583310' AVC 8awK F�.14' 10 le (MbcOrY�, GISFA Baqd� 3S 31 20 LF !f0 i 1Y6.0� i 6.23Q00 ZBS 1.58381G PVC Sw+�r Pfpe� 18' l018' (Mlfc OrNy), CI.SM Bad� 3S 31 20 LF 60 i 2fe.00 i 12.�00.00 284 333t.5B45 12' PVC Sewv Pfpe. 7 a 6' pAfsc OnM- ClSAI BxdY x331 20 Lf 60 s t3f.00 f e.eaD.aO 2H6 x131.5816 12' Al/� $swer Pipa. A' b 8' p�lme Oidy) C�SA1 BaCw61 3391 TO l,F d0 ; 141.00 = 7 060.00 Yeb 3ai1.'.i947 12' PVG Sawar Plp�.B' b IC (Wx Ody�, Cl$IA 9edd'd 31 at ZQ LF 100 i 1�6.Op i t3.E00.00 2B7 3731.50�81T PVC $awrr Pip�,1C to 1? (iAhc Onlyj, CLBM Badd� 3] �140 �F 50 t u6.a0 i 7 31A00 200 �.00�.i 1r PVC Srw�r Pip� 17 ko 1s (IW�c 0��. CLBA{ B�dtti 39 9! 10 LF 60 i 152.00 S 7 BDROO 2M Y�AQI812' PVC Sa�vat Pfpe. 14' !01 �[Mhc G�fil. CLSM B�rJd91 �S �1 20 LF 'JO t 172.00 t E,aOl100 z�o aooe�oo�r � r avc sarer �rp.. �� m ae� t�c an�y�. a.sr+ eadam ss a� zo �F ao s s�e.ao s +a9oo.o0 271 9331.iBSS 1!� PI/C $ewer P'ip�. 0' io �(I�Fse O�y). CLSIYI B�cklll �{ 31 70 LF SO 3 166.00 � 7 730.00 272 3.1S1.5B6+1 i 6' PVC Sawar Plps. e' to S' (Mte pMy}. CLSM Beelds xl 3140 LF �D � 1S7.OD { 7 060.00 nrr��r+�w�rwv�ai sr,iwww�nwmu�xxrsre�•nr�noNax'u�nxf� r..o� rew�...n�urm�cow.�r� 14nd MwM11 Eww� �ww�C4> /qxi iMFa. _,„ua, da� num�u �.,.�.r�i sec�toN oo s��s PROPOSALFORM "" PRUPO$AL iORM13 FOR REFERENCE ONLY� pEEA3E BH SIJAE TO DONYIJLOAD BIO7AB FR061 BONRRE COUPlE7E 8 UPLW p UNIT PRICE BID 8idder's Application r,o;.n a.e u�aonnauno ewaer� n.opwu �No. w+er�lon eP.anc.mna.etlon �V.:�. a�,ney u�nvNw emval�. Z73 3331.68551S' PYC Sewer Wpe, E� 1017 (Alhe Only), CLSM B�1 3S 3120 LF 50 S 1Ci.00 i a,150.00 ?T4 1.6�SB 1'S' PVC Sawar Pipe.ld Eo 1Y p�Nc O�iy), �t$A1 Bad� x! 3120 LF 50 S 1710C i a,�i0.00 278 .00i615' PVC 8�fwr PIp�.12' to 14' (MhG 01�, CL&H BaCk191 33 3t 20 LF 30 i 1�4 00 S v.JOQ.00 276 A04916' PVC 9etiw PIp�.1�' to 18' (Il�ec Oedy�. GLBM �11C1�1 33 31 ZO LF 50 � 2Y2 00 i 14,800.00 277 AOSQ [6' WC Sewar Plpe.ld' to 7A' (lNmcOMy). CL6M Bad� 9� 9120 LF 'SO � 170.00 f d,500.00 278 33�A��li�a-1'S6wsrAAH �13Yl0 YF 20 i 483.O11 S 1s,QE0.00 27B 3�O.00D/ li�ar.8 $arrarAlH �,139A0 VF 20 i 4 fi900 i t3,9l0.00 zeo �a.aaa� w,.�.w.�,�ooe� cn.�.� x� 9e �o �+ s s ,.�,� w s x�.ass.00 �� ssae �oo� .� � � ao io r u� zo En �o s �o.an.00 s sz�,eeo 00 zsz »3e �oos �• aoo Marr,o� a� ao �a �► m s �a.oao.00 s �a�,oao.00 2�i 33391003 �' Famrs Qantli MeMola 33 3810 VF 10 [ reo.e0 i 4.e060D 2d� 3939.100i �' SNNIOW MMIIIWO 3S 9Y 10 ! �3 SO 20 EA 20 5 a.1'.}2�00 S 163.040 00 2B5 .ons, 4• ota. oran Menhole e�tea u+a� ]s sa 1ora3 3eio vP to s ass.00 s a,seo ao 388 3�.10D54'OiaTyp�AliAaNni� 733910J313�1p El► 5 S 9,2Ss.W S �6,2D000 2E7 .DOS2 a' pin Typa A Alanhola Falra Deqh �9 �B 10133 3920 VP i S �eo.eo t Z.�.nO 268 .1006 4' Dia Fibarpass hlaNqh S9 � 70 EA 5 i 20.OBE.00 S 100.410.00 IEB Sl]Y.100'7 4' Flber{/9sS dop hlanhoM 3a �8 �0 EA 3 t i2.S29.00 i 114.115.00 20D A063 4' Fibxylau Orop MaNwle E�dre Daplh � ae so v� s a �aie.00 a e.eay.00 i91 93�4.1008 4' Fibfrybts E� D�plh M�nhoM 33 � 30 YF S i 1,1Q7.00 S 5.965.00 2Y2 3398.1010 �' ffbsrQms� 7yps A ManhWe 93 33 �0 EA 5 S 1l,7a5.00 t 9Ci,625.00 i93 .00S4 �' F:b�rpqif Typ� A MAsNnM Extra Daplh 93 3� 30 VF 5 S �5.00 S a.1�5 00 xe� .00ss �eenw �wa e�rq war�oie as �a �o �n �o s io.soe.00 a �os.oeaoo �95 AOS6 �SemN Drop 4No ExUe Depth ( Ovar B' of Dapf�1 93 98 70 VF 10 S I.OR6.00 S 10.6d0.OQ 296 3338.1t0i 6' Oiq. NlilNlple 31]91RI�33920 EA 6 3 13.651 C0 S D6.1SS.00 �97 3339.1102 6" Orop AAr�hofs 31 90 10175 19 10 EA !r t 16,615.00 S 77.67A0� 29E 5339.11p3 5 D1�. MM�IIdO E%k! Daplh S9 5010lZ1392R yF S S 3EE.90 S 2,M0.00 29? i�08.0057 S' Oia dop MaNwk Ex1ra Oepth 39 391p/93 3920 VF b i 1,91200 f 9,6eo.0o aoo �.i iw s� oi.. sn.ww Ma� s3 ao,or x� s� �o Er► �o s ,a,00.00 s �os.9oo.00 301 935�.1106 5 Dia. Type A Meiwde 39 �91 O J 93 � 20 EA 5 5 9.785.00 5 �0.9?5.00 3a2 oYBe.005a 5 Dla. Typf A IAa�d�ols E�me Oeptli 39 �0101 YY� � 2o vF s a iee.00 s 2.B�a.00 9!T! 9990.11D6 S' DEd Fibsrqlefs IAaNfde 919i�0 EA 10 � 20.d15.00 S 200.1�J000 �04 9866.00� S DIa. FiEayhss Manlwk ExVa O�pth S9 � 9a VF 5 S 1.876.0o S 9.875.00 705 9114.1307 3' da Fibupfsp Drop MaNid� 33 30 3D EA S i 20.OS3.00 S 100.�85.00 306 3339.1 [OB S' Fbarpfns E�a DepU� Afenhole 319990 VF 5 S 1.B7d00 i �.976.00 3W 3339.1110 9 pid f�rplau Typ� A MW�ON 3130 �Q EA b i Y1,96A.00 i 106,790.p0 �Ob �GBYAOLO S W�. FWuphW Tjq! A NeNwls El�a Uepl� �3 J� 90 VF � � 7.Ei�S.00 i 10,{75.00 70� oYDYA0618ora 6.ladt � O 1. BOwOr Rp! 7105 22 LF SO ! �S7 00 � 24.3�60.00 310 9YYY.0062 Borr 6 Jyd� 10" D 1. S�wv P� 33 06 22 LF !0 f S�p.pO S 27.�OR00 cm.�r r.Mr a��ni �wr� w�.,�.. r+w� ��r n�. cti.a.,en cfAMAMI1fIMliRIt71111i 1PFt�GAATMRd IkK"Uppllfti [�� Mutl �1NAt1 Yr�a, CD ftijat Nwkn a�la� 1�PY�M�nuY. h�lsafll a�cnoN oo u as aRorosu �o� "" PROPOSAi FORlM Ifi FOR REFEREI-!CE (NILYc PLEASE 9� SEJRE TO DdM�RdV� BID TAB FROM BO�fF1RE CpMPLETE 6 UP�pAD UNIT PRICE BID Bidder's Appllcation .�.n �eno rrw�n�aoa saa.r, w000u� Bkht � �qdlleNioqpCtl0r1 IJRIlO! !Id UMlhk� BiiVatr�e IMm Na Ib. Mraen pu�Iry s� ��a.00xs ew. a.i.d� �r u i s.wK wv� � os rs � so � a�o.00 s �o.soo.00 a+2 a�o.oae�earae.aa���-o.�sew..wo. uos�� �F so s �.x�a S 37100.00 o� s eoao.00ea �,y�r.wy ��,eaon a�arw u�.. �. s f as os aa r� a : z.�sa.ao s u.reo.ao au ses�.aoea��.aye�oww.uo�d�,amquorws�-�o�l �nsaa �+ s S 3.eri.ao a �a.�eo.00 916 9888.006iE�bralwrE�otanlbndE�iInYU6ltlsa(fp-�Dy 9.1Q630 EA S i 4.00tOD S 2�t,605.00 11N137 • Ut�ttN� S1�on1 i e.!li.7J2 00 Unit a4 - T��pertatlon 31e 900p.00CR Trafle CpWnl (Of$SIP pro]ecls �4 71 1S hAQ 2S i I�.EYs.00 s �7.�bppp 317 3Q1.0003 7�fAo Contd OaaMs 3�t Tt 19 EA 2S f 2,EOE.06 3 T2.�OD.Do UMt71-Tnn�poRaEfae8u6e�1 i r39.e6o,00 Add�nda�f •Addalortallt�ou 31i 0171A10! ConstrveUoaBhkinp 017147 L8 7 i 73,OD2.00 f iS002.00 S19 0171A10� /u$WRBurwy(OPB�] 017127 l,S 1 S T3,002.00 i 7s,arL00 �ZO YYlY.006� &1! F�nu WO SPEC LF 100 ; 2i.e2 i 2 9e2 00 �:� u��.00ra tntn woa�mn !�0 BpEc en e s e�a.00 s a.maao s�t asosatso utlw�r�.�. as oa x� �a � s ,.ee000 s � eeo.00 s:� o�o.aa�t Tr« Proeeuan ND aPEG EA e s oc� oo s a e�sa� 32d 3706.010f T�nch BN�Iy i.10610 LF 10D f ? OD i 2DO.OD 326 »06,011i Tr�nohWaMrBfop� �,10l16 EA i t A4r3.00 i 17.225.00 ase �s9.000� �poxy �iws. �w.r u r eo vR so s ,,zoo 0o s s4.000 ao �x> »�.000a �voxy su�c�ur. wn�. sa �o ea aF zo s .ee.ao : 9.naaa �Y! 0241A600 Ranor�F�ne� Ot4113 �F 100 S ti00 f 470044 37! bS06.0t02 impat�d6o�dmuKlsaeld�qqs Z,10610 GY 5 f 2W.00 f 1,20000 �.1D 3706.0103 knporhd �aWB�eldq[ CISM �� 0610 CY 6 f 324.a6 i 1�E2Q00 37/ 37�E.0204 Import�d �b�dm�Mllp, Ce�ulNd RocM ]] Oe 10 CY 0 f Z0.1.UG S 1.015.00 3�2 3l05.0208 ImppNd HmO�dpuoYBacYA�, Fh» Cruth�d Rxk aa ae �o CY d S 209.00 f i,0150C Su �,108Al0! kinppl�E Emb�, AeupbbY B�ehM 83 0! 1C CY 6 � i90.00 t 99D.00 S7� 7i06A2071mporMdB�kllq,SN�etFll� 330610 CY 6 i 203.00 t 1AIb00 �.76 ib3t.iSH 4' 8wwrl�Me� R�eonMetlon 7� 11 !0 EA 5 f AS2a.00 f 17,640.00 !3� �SS1.�SIt !" 9wwr BaWu, iuconmcUoa �7 S1 60 EA b s s.s2e.0U t 17,6r0.00 sn asa�.u�ai�s«wa.�v�..n.�nnKaoa aaa�w e� � s ..m.00 s �,�aoo aae ��i.as���-s.wr.s.�.,n.ra�.�e aa��eo EA e s ..eaa.ao : x�,�as.ao C11'Yey'H1�Tw'atfN a,a,sw, r�r,�ehh„rv„rr�rW„�,e erniar,w�c�»n�m�.rmesrtxtxnrp�v aKu►o�rrs a.r,w, R..wa runwi v.mr� n.�+x.Mw. 6u+Y �f BmP0.0N15A1 l�Md11 secnoH ou u a PROPpSAI. FQRI�I ••' ppQPQSAL FORM IS FOR REFERENCE ONLY� PLEASE Bf SURE TO DOV�htLd�O BIDTAB FROM BONFIRE COMpLETE d UPLOVlO UNIT PRICE BID Bidder's Applicatlon ProJ�etllro Ydbmutbn Bf�f'� Prape�al 81e1dt ���� Sp�flcalfon�epen Uakof Bld �� ��� R�m No. No. Yp�un Qu�nllq �St l�S1.73td b" S�1YM BNv1c�, R�Nhtat�nwit 33 �t d0 !A b f S,3f3.OG S 7�.56500 i40 1,7iti �" S�w�r B�Me�. R�6�at 11 �1 d0 FJ1 f i E.�.00 i 1+1.ffio0D s i�1 �9fl�001'11f" VYiC M�vrr Plp�, C to b' (Yhe diY) S3 01 !0 LF 00 i te6�0 i e.f00.o0 a�s ���s �r rvc a...r a�p., s� m r pwa onNl u�t sa � eo s ��, oa s a.aenao lqs p!l.007� 1d' PVC lwisr Pip�, 6' bo 1C {Mhe di�rj 5i S7 �0 LF 60 i te6.OD 3 9 3oQ 00 71/ N4l.007a 1b" PVC 8�wer Pqr,10'to 1 T(Mba OnYy� =S S1 20 LF 60 3 T07 0? f 10.3SQ00 ]46 OY9Y.007� 1�' pVC 3wwr Pip�. �r eo fr��we a,y� 3S S1 ZO LF 60 S 213.00 6 12.13043D �Ii 9�ftA07� 10' PYC 8rwr PIp�.14' l010'(�e On/y) �i 31 ZO LF SO ! 2W.00 � 11,7pppp 347 l�M.OG7t1i'PVCl�w�rPip�.1�'ro1r(I�o0i11� i7S170 I.F f0 S 362.00 i tl,tOG.00 sa �o�.00n �a� av s.�.r wp..a eo r l�a.c o� �s �i �o � aa s sss�o a u.�so.00 s~s »n.aao �r ar e.W« wv., r b r�� o� ss» �o � ao s �es�o s ,.aoo.00 sao u.00s� �a• aa s.Na �p., r eo �o� � onyl �s » �o � ao s ao+�o S 16,05000 se� .oa�a��'�IPB�vwrPfp�,�am�rqr.ao� as���o � so : uz�o : ,a,00.oa su .00ea +s• aa a.w.. vrp., �r eo 4r l�a.e on� as ie �o LP eo s us oo : ,r 000.00 sea .00k u• a�r e.w.� �ra�, u• m tir p�a.c a�hf as �� �o �F eo s +aa.ao s zn.so.00 ssa o��.00ea ��• o� s.w.. ap•, u• ro�r p�ase a,ry� � �> >o LF so s �s� oo a s�,osuoo �d5 9l�.00�! 1�' OIP $Nwr Plpf, C b 0' (ARMt Onlyk CLEY Baeltfl� 731) 40 LF b0 i 2kl,00 5 l�.1SD.p0 ]6B 9�lO.00i11�"' OIP BNwr Ptp�, b' to!' (Itbc Onlyj, C�SM B�ck1E� l311 f0 LF 50 S 9tS.00 3 tl,75000 367 tl.00fi 1t" pP 8hwr Plp�, �' b/0' (INae Onlyj, CLEM BackQtl �.11i 90 LR �0 1 �D 00 S 18.600.00 76f 9�.00E41�" OiP S�w�r PIp�,10' m 12' ptlsc Oaly), CL,SM B�ekAp �.711 10 lF s0 S 352 00 5 17.00D.ao �6t 999l.00Y01M pP S�rwr Pip�,1Y to 1�' (119se Qnly�, Cl�116aekllU 3� 11 10 F.R 60 1 �l.00 t 15,100.00 iW i9ffA0l11MOIP8nwrPip�,1t'to1�'�scOnlyjrCL81A8aWctBl 7711t0 lF 64 S 4300b i �t.96D.00 �i/ Y4flAOiZ 1�" OIP 5�w�rr Pip�.1� !01�' Qrse Only� Ci8i11 BaekAll 7� 11 10 LF 80 f 611 OG i 23.SSO.CO aex M�fA�11/' PVC Bnw►Plp�, C to �' (Wae Ontq, ClBM BacMAtl »�120 EF 60 3 w! OD f 9.�fQOD �/b Y�bAOK 1/" PYC 8wht Wp�� �' fn r' (Yian On1y, CLEM 9ae�pq »>120 LR 60 5 /82 OD i s.100.00 sk o�n�oosa �e� nvc sw... wo., r ro �� ryi.c o�y►, a.sM eae�rw a� s� so � 6o s �rr oo s a.eso.00 �es oo�� �r rvC B.rru wp.� �a m �r Iw.c o�l�c� s�ctim sa �� �o � ao s zas.00 s i+,eoo.ao �6E Nq.00iT 1e' PVC SNwr P�, i r so tr lt�.c o�+M� q.sr� eaek� � af so � 6o a rs�.ao s »,�aaao 7�1 NN.OWi10'PVC3�wrP�p.11'to7�'(W�Oq1�,G.SMB�k1Rl 7�7i70 LF 60 i a2900 S 18.1bR00 3N 9/!lOOM tf' PVC Sww� Plp�, {*' fo 1i' (IKbe Oalyj.CLSM B�ekflM a7 i1 20 LF a0 6 �9606 b t0,TJ000 ae� ssataoos sa� c.s�no sy op.e at ���x � ao s eaQ oo : aa.�oaoo STO 7900.1706 3�" Casln� Br qA�r Thsn Op�n Gut 77 Oi �t lf s0 5 1613.ou � r6,6S0.00 i�1 02I1.111i �'-0!" Pnswn PMtp 02 41 1; EA a s 2 �66 00 � 11.62s.OD 772 07H.110i 7�' Pw��un Phq 02 N!� EA b t �,7a200 s u.�a.00 i» 02H./107 1f' Pm�an Wiq 02 H 71 BA 6 L 9.9➢2 W 3 19.9BR00 C[fYliiFuii MtRtll �.Jtd.re k�nwrrehopa Irr Rut�� R.VNAOlICa11Y1R1ll7MW SiFCdkATM�Pl1xK"�iJLNK la+� �.,�.d -,aam� w..�cn n.�,..�+�ee. u+� x+�naNrna *n � .+ � EHCTION 00 4t13 � PROPO8ALFORM "" PFOPOSAL fORM IS FOR REFERENCE ONCY� PLEASE B6 SURE 7a ppvvNLOAp B1pTAB FR011 BONFIRE CpMPLETE d UPtAtO UNIT PRICE B!D Bldder's Applicatlon Pra]eet pun Mlurmwtlon Cldesls PraposM �� �eMlatloe f�celaa UAM �f , Bld kws No. �tl0" �,p. �� I i� I YnR PHa 810 Wluf =11 02N.201� R�mprr 16" asw�rLMw 02 {1 74 LF 100 I I f 72.00 f 3.200.00 716 1.@1Ai i�' 8�w� Abandoirmnt PIu4 #1 # trJ� 1 3 3,7T2.ro f /6.B60.Op a� oiai.uoo aanow �• a.w.r Ms�a. r�x sf e� � a r 2�aa.ao t �o ��o.00 ar► 02�4.E001 Adndon Mn►hoM �, ,� ex � s �.�.ao, : »,�o.00 �� oZs�.iaoa a.nxary�b»o�oau„q ad�,,a e�+ �s � �ei.00 s e.eao.ao a� os.000t eyPaa Pump�np s� os ta �s � , s �+.aae.00 s 24.00e.ao Aaa.na� s1 • IWdnbN1 k.nn Euoto�al' s � oto.sao ao 0 eNnoFeecnoM �r�Lr�` �,� ��1� t1CV�IF' F'tM7 uYMtill SdI.Wk Olw�ua�r+lvopr� U.s R.v[`e.r.nF SIAt�WI1cYNYS11kY�p�LY'6E�A7M411xK1N!]:R [�� Raitdf!4Y�1_I Yriw.fM. hAa� Mwi�n+ Responses Success: All data is valid! Unit 01 - General Requirements Success: All values provided #1-1 9999.0001 Street Use Permit Success: All values provitletl #1-2 0170.0102 Work Order Mobilization, Enter Bid Amount of $3,500.00 0170.0103 Work Order Emergency Mobilization, Success: All values provitletl #�-s Enter Bid Amount or Es,000.00 Unit 02 - Existing Conditions Success: All values provided #2-1 Success: All values provided #2-2 Success: All values provided #23 Success: All values provided #2-4 Success: Allvalues provided #2-5 Success: All values provided #2-6 Success: Allvalues provided #2-7 Success: Allvalues provided #2-8 Success: Allvalues provided #2-9 Success: All values provided #2-10 Success: Allvalues provided #2-11 Success: All values provided #2-12 Success: All values provided #2-13 Success: All values provided #2-14 Success: All values provided #2-15 Success: All values provided #2-i6 Success: Allvalues provided #2-17 Success: Allvalues provided #2-18 Success: Allvalues provided #2-19 Success: All values provided #2-20 Success: All values provided #2-21 0241.0100 Remove Sidewalk 0241.0401 Remove Concrete Drive 0241.1000 Remove Conc Pvmt 0241.1100 Remove Asphalt Pvmt 0241.1200 Remove Brick Pvmt 0241.1300 Remove Conc Curb & Gutter 0241.2001 Sanitary Line Grouting 0241.2011 Remove 4" Sewer line 0241.2012 Remove 6" Sewer line 0241.2013 Remove 8" Sewer line 0241.2014 Remove 10" Sewer line 0241.2015 Remove 12" Sewer line 0241.2016 Remove 15" Sewer line 0241.2017 Remove 16" Sewer line 0241.2101 4" Sewer Abandonment Plug 0241.2102 6" SewerAbandonment Plug 0241.2103 8" Sewer Abandonment Plug 0241.210410" Sewer Abandonment Plug 0241.2105 12" Sewer Abandonment Plug 0241.2106 15" Sewer Abandonment Plug 0241.2107 16" Sewer Abandonment Plug 25 100 10 500 Soo So So So 300 20 100 100 100 100 100 100 100 10 10 10 5 5 5 5 EA 015526 S ssa.00 $14,850.00 EA 01 70 00 5 5s4.00 $ 59,400.00 EA 01 70 00 S 5s4.00 $ 5,940.00 $ 80,190.00 SF SF SY SY SY LF CY LF LF LF LF LF LF LF EA EA EA EA EA EA EA 02 41 13 02 41 13 02 41 15 02 41 15 02 41 15 02 41 15 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 02 41 14 5 a.00 $ 9.00 5 74.00 a �a.00 5 a9.00 a zo.00 s sao.aa s �a.00 s �a.00 s zi.00 a zi.00 $ 23.00 a zs.00 a zzoo $ 658.00 5 692.00 s �zi.oa a aas.00 5 �.�os.aa $ 1,832.00 5 2,364.00 $ 4,000.00 $ 4,500.00 $ 3,700.00 $ 3,700.00 $ 4,400.00 $ 6,000.00 $ 11,600.00 $ 1,800.00 $ 1,800.00 S 2,100.00 $ 2,100.00 S 2,300.00 $ 2,500.00 $ 2,700.00 $ 6,580.00 3 6,920.00 $ 7,210.00 $ 4,175.00 $ 5,545.00 $ 9,160.00 $ 11,820.00 Success: All values provided #2-22 0241.2201 Remove 4' Sewer Manhole 10 Success: au values provided #2-23 0241.2202 Remove 5' Sewer Manhole 10 Success: All values provided #2-24 0241.5001 Abandon Manhole 10 Success: All values provitletl #2-25 9999�0002 Plumbing Permit for Sewer Service � Inspection Unit 03 - Concrete Success: All values provided #3-i 0330.0001 Concrete Encase Sewer Pipe so success: nll values providea #3-2 9999.0003 Type B Concrete (#2500) so Success: All values provided #33 9999.0004 Type E Concrete (#1500) 50 Unit 31 - Earthwork Success: All values provided #4-1 3137.0101 Concrete Riprap 20 Success: All values provided #4-2 3137.0102 Large Stone Riprap, dry 20 Success: All values provided #4-3 3137.0103 Large Stone Riprep, grouted 20 � � Unit 32 - Exterior Improvements Success: All values provided #5-1 3201.0111 4' Wide Asphalt Pvmt Repair, 100 Residential Success: All values provided #5-2 3201.0112 5' Wide Asphalt Pvmt Repair, 300 Residential Success: All values provided #5-3 3201.0113 6' Wide Asphalt Pvmt Repair, 300 Residential Success: All values provided #5-4 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial 300 success: qll values provided #5-5 3201.0122 5' Wide Asphalt Pvmt Repair, Arterial soo Success: All values provided #5-e 3201.0123 6' Wide Asphalt Pvmt Repair, Arterial 300 success: qll values provided #5-7 3201.0131 4' Wide Asphalt Pvmt Repair, Industrial soo Success: All values provided #5-8 3201.0132 5' Wide Asphalt Pvmt Repair, Industrial 300 Success: All values provided #5-9 3201.0133 6' Wide Asphalt Pvmt Repai�, Industrial 300 Success: All values provided #5-10 3201.0150 Asphalt Pvmt Repair, Sewer Service 200 Success: All values provided #5-11 3201.0151 Asphalt Pvmt Repair, Watef Service 100 en o2a� 1a s z,�ia.00 52�,�30.00 EA o24114 s z,��a.00 $21,130.00 EA o2 a1 ia a z.s7a.00 $ 25,790.00 Ea NO SPEC 5 sso.00 S 550.00 $ 173,200.00 LF 03 30 00 5 ila.00 $ 5,650.00 SY 03 30 00 5 m.00 S 5,850.00 SY 03 30 00 5 i i o.00 S 5,500.00 $ 17,000.00 SY 31 37 00 5 179.oa $ 3,580.00 CY 31 37 00 S 162.00 $ 3,240.00 CY 31 37 00 5 241.oa S 4,820.00 $ 11,640.00 LF LF LF LF LF LF LF LF LF LF LF 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 S 93.00 3 102.00 a �ii.00 5 93.00 a �oz.oa s �zs.00 5 103.00 s �oz.oa 5 12s.oa $ 131.00 5 145.00 $ 9,300.00 $ 30,600.00 $ 33,300.00 $ 27,900.00 $ 30,600.00 $ 37,800.00 $ 30,900.00 S 30,600.00 $ 37,800.00 S 26,200.00 $ 14,500.00 Success: All values provided #5-i2 3201.0201 Asphalt Pvmt Repair Beyond Defined 300 Width, Residential Success: All values provitled #5-13 3201.0202 Asphalt Pvmt Repair Beyond Defined 300 Width, Arterial Success: All values provided #5-14 3201.0203 Asphalt Pvmt Repair Beyond Defined 300 Width, Industrial success: All values provided #5-15 3201.0301 2" Extra Width Asphalt Pavment �00 Repair Success: All values provided #5-16 3201.0302 3" Ext�a Width Asphalt Pavment �00 Repair Success: All values provitled #5-17 3201.0303 4" Ext�a Width Asphalt Pavment �00 Repair Success: All values provided #5-18 3201.0400 Temporery Asphalt Paving Repair 75 Success: All values provided #5-1s 3201.0614 Conc Pvmt Repair, Residential 300 success: nll values provided #5-20 3201.0616 Conc Pvmt Repair, Arterial/Industrial 300 Success: All values provided #5-21 9999.0005 High Early Strength Conc. 200 Success: All values provided #5-22 9999�0006 Conc. Pvmt. Repair Beyond Deflned �00 Width, Arterial/Industrial Success: All values provided #5-23 9999.0007 ConC. PVmt. Repall' Beyond Deflned 300 Width, Residential Success: All values provided #5-24 3211.0211 6" Flexible Base, Type B, GR-1 40 Success: All values provided #5-25 3211.0212 6" Flexible Base, Type B, GR-2 40 Success: All values provided #5-26 3213.0301 4" Conc Sidewalk 40 success: all values proviaed #5-27 3213.0351 4" Conc Sidewalk, Exposed Aggregate 20 Success: All values provided #5-28 3213.0401 6" Concrete Driveway 50 Success: All values provitletl #5-2s 3213.0451 6" Concrete Driveway, Exposed 20 Aggregate Success: All values provided #5-30 3214.0200 Brick Pvmt Repair 50 Success: All values provided #531 3214.0400 Brick Pvmt Repair( City Supplied) 50 Success: All values provided #5-32 3216.0101 6" Conc Curb and Gutter 60 Success: All values provitletl #5-33 9999.0008 Conc Curb 8 Gutter Attached to Conc so Pvmt. Success: au values provided #534 3216.0301 9" Conc Valley Gutter, Residential 20 success: All values provided #535 3216.0302 11" Conc Valley Gutter, 20 Arterial/Industrial Success: All values provided #5-36 3292.0100 Block Sod Placement 20 Success: All values provided #537 3292.0200 Seeding, Broadcast 20 SY SY SY SY SY SY LF SY SY SY SY SY SY SY SY SY SY SY SY SY LF LF SY SY SY SY 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 17 32 01 18 32 01 29 32 01 29 32 01 29 32 01 29 32 01 29 32 11 23 32 11 23 32 13 20 32 13 20 32 13 20 32 13 20 32 14 16 32 14 16 32 16 13 32 16 13 32 16 13 32 16 13 32 92 13 32 92 13 $ 131.00 $ 153.00 $ 152.s4 5 io2.00 $ 113.00 5 124.00 s azoo 5 223.00 3 245.00 a zss.00 a 22s.00 $ zzs o0 $ 83.00 $ 83.00 s ziz.00 a 2sa.00 s zai.00 $ 2s4.00 $ 330.00 a zso.00 $ 53.00 5 58.00 $ 233.00 $ 244.00 a zoo.00 a ns.00 $ 39,300.00 $ 45,900.00 $ 45,792.00 $ 10,200.00 $ 11,300.00 $ 12,400.00 S 6,525.00 $ 66,900.00 $ 73,500.00 $ 53,200.00 $ 22,600.00 $ 67,800.00 S 3,320.00 $ 3,320.00 $ 8,480.00 $ 5,360.00 S �2,ow.00 $ s,aso.00 $ 16,500.00 $ 12,500.00 $ 3,180.00 $ 3,480.00 S 4,660.00 $ 4,880.00 $ 4,000.00 $ 3,500.00 Success: All values provided #538 3292.0400 Seeding, Hydromulch Success: Au values provided #53s 3292.0500 Seeding, Soil Retention Blanket Unit 33 - Utilities _ General Utility Items Success: All values providetl #s-i 3301.0001 Pre-CCN Inspection Success: All values provided #s-2 3301.0002 Post-CCTV Inspection Success: All values provitletl #63 3301.0004 Final MH-CCTV Inspection Success: All values provided #s-a 3301.0101 Manhole Vacuum Testing Success: All values provitletl #s-5 3305.0001 4" Waterline Lowering success: nll values provided #6-6 3305.0002 6" Waterline Lowering success: nll values providea #s-� 3305.0003 8" Waterline Lowering Success: All values provided #6-8 3305.0004 10" Waterline Lowering success: nll values providea #s-s 3305.0005 12" Waterline Lowering Success: All values provitletl #6-10 3305.0106 Manhole Adjustment, Major Success: All values provided #s-i i 3305.0107 Manhole Adjustment, Minor Success: All values provitletl #6-12 3305.0109 Trench Safety Success: All values provided #s-i3 3305.0112 Concrete Collar for Manhole 20 20 1000 1000 1000 30 5 5 5 5 s 10 10 200 30 SY 32 92 13 5 3o7.oa S 6,140.00 SY 32 92 13 5 254.00 $ 5,080.00 S es�,za�.00 LF LF EA EA EA EA EA EA EA EA EA LF EA 33 01 31 33 01 31 33 01 31 33 01 30 33 O5 12 33 O5 12 33 O5 12 33 O5 12 33 O5 12 33 05 14 33 05 14 33 OS 10 33 05 17 5 2.00 a 2.00 5 i,sos.00 $ 275.00 5 s,o55.00 $ s,o52.00 5 7,474.00 $ 8,310.00 5 s,5ob.00 5 4,997.00 5 2,897.00 5 1.00 5 3,285.00 $ 7.093.00 5 242.oa a �ozoo 3 263.00 5 2sa.00 $ 344.00 5 45s.00 $ 893.00 $ ipi000 $ 1,159.00 3 1,434.00 5 s1.00 $ 2,000.00 $ 2,000.00 $ 1,606,000.00 S 8,250.00 $ 30,275.00 S 30,260.00 $ 37,370.00 $ 41,550.00 $ a�,sao.00 S 49,970.00 $ 28,970.00 $ 200.00 $ 98,550.00 success: all values provided #s-�a 3305.0114 Manhole Adjustment, Major w/ Cover �o Success: All values provided #6-15 3305.0203 Imported Embedment/Backfill, CLSM Success: All values provided #6-16 3305.02041mported EmbedmentlBackfill, Crushed Rock success: All values provided #6-17 3305.100216" Casing By Open Cut Success: All values provitled #6-18 3305.1003 20" Casing By Open Cut Success: All values provided #6-19 3305.1004 24" Casing By Open Cut Success: All values provided #6-20 3305.1005 30" Casing By Open Cut success: All values provided #6-21 3305.110216" Casing By Other Than Open Cut Success: All values provitled #6-22 3305.1103 20" Casing By Other Than Open Cut success: nll values provided #6-23 3305.1104 24" Casing By Other Than Open Cut Success: All values provitled #6-24 3305.1105 30" Casing By Other Than Open Cut Success: All values provitled #6-25 3305.3001 6" Sewer Carrier Pipe EA 33 05 14 100 CY 100 CY 50 50 50 50 50 50 50 50 50 LF LF LF LF LF LF LF LF LF 33 OS 10 33 OS 10 33 05 22 33 05 22 33 05 22 33 05 22 33 05 22 33 OS 22 33 05 22 33 05 22 33 05 24 S 70,930.00 S 24,200.00 $ 10,700.00 $ 13,150.00 S 14,900.00 $ 17,200.00 S 22,950.00 $ 44,650.00 S 50,500.00 $ 57,950.00 S 71,700.00 S 3,050.00 Success: All values provided #6-26 Success: Allvalues provided #6-27 Success: All values provided #6-28 Success: All values provided #6-29 Success: All values provided #6-30 Success: All values provided #631 Success: All values provided #6-32 Success: All values provided #633 Success: All values provided #6-34 Success: All values provided #635 Success: All values provided #636 Success: All values provided #637 Success: All values provided #638 Success: All values provided #639 Success: All values provided #6-40 Success: All values provided #6-41 Success: All values provided #6-42 Success: Allvalues provided #6-43 Success: All values provided #6-44 Success: All values provided #6-45 Success: All values provided #6-46 3305.3002 8" Sewer Carrier Pipe 3305.3003 10" Sewer Carrier Pipe 3305.3004 12" Sewer Carrier Pipe 3305.3005 15" Sewer Carrier Pipe 3305.3006 16" Sewer Carrier Pipe 3305.3007 18" Sewer Carrier Pipe 3305.3008 20" Sewer Carrier Pipe 3305.3009 21" Sewer Carrier Pipe 3305.3010 24" Sewer Carrier Pipe 3305.3011 27" Sewer Carrier Pipe 3305.3012 30" Sewer Carrier Pipe 3305.3013 36" Sewer Carrier Pipe 9999.0009 4" Sewer Service Tap 9999.0010 6" Sewer Service Tap 3331.3101 4" Sewer Service 3331.3102 4" 2-Way Cleanout 3331.3103 4" Bored Sewer Service 3331.3105 4" Private Sewer Service 3331.3106 4" DIP Sewer Service 3331.3107 4" DIP Bored Sewer Service 3331.3109 4" DIP Private Sewer Service success: nll values provided #6-47 9999.0011 4" Private Service Line PVC Cleanout Success: All values provided #6-48 Success: All values provided #6-49 Success: All values provided #6-50 Success: All values provided #6-51 Success: All values provided #6-52 Success: All values provided #6-53 Success: All values provided #6-54 3331.3201 6" Sewer Service 3331.3202 6" 2-way Cleanout 3337.3203 6" Bored Sewer Service 3331.3205 6" Private Sewer Service 3331.3206 6" DIP Sewer Service 3331.3207 6" DIP Bored Sewer Service 3331.3209 6" DIP Private Sewer Service So So 50 So So So 50 So 50 So 50 So 20 20 10 20 So So 10 So So 20 So 50 50 So 50 50 50 LF LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA LF EA LF LF EA EA EA LF LF EA EA LF success: All values provided #6-55 9999.0012 6" Private Service Line PVC Cleanout 20 EA 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 05 24 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 5 6fi.00 5 73.00 s si.00 s ei.00 5 94.00 5 117.oa s az.00 5 a2.00 $ 138.00 $ 99.00 a �zs.00 3 163.00 $ 4,300.00 $ 4,377.00 $ 4,138.00 a z,aso.00 s a,�zz.00 s a,a�o.00 $ 5,602.00 5 453.00 s ns.00 3 2,232.00 $ 4.019.oa 5 2,923.00 s a�i.00 s �sa.oa 5 6,095.0� $ 6,478.00 $ 3,287.00 3 2,812.00 S 3,300.00 $ 3,650.00 $ 4,050.00 $ 4,550.00 $ 4,700.00 $ 5,850.00 $ 4,100.00 $ 4,100.00 $ 6,900.00 $ 4,950.00 $ 6,300.00 $ 8,150.00 $ 86,000.00 $ 87,540.00 $ 41,380.00 $ 57,800.00 $ 236,100.00 $ 223,500.00 $ 56,020.00 $ 22,650.00 $ 8,9W.00 $ 44,sao.00 S 20Q950.00 $ 146,150.00 § 23,SW.00 $ 8,200.00 S 304,7W.00 $ 323,900.00 S 164,3W.00 $ 56,240.00 Success: All values provided #6-56 9999.0013 8" Sewer Service Tap 20 Success: au values provided #s-57 3331.3301 8" Sewer Service Line So Success: All values provided #6-58 3331.3302 8" 2-way Cleanout 20 Success: All values provided #6-59 3331.3303 8" Bored Sewer Service 50 Success: All values provided #6-60 3331.3305 8" Private Sewef Service 50 Success: All values provided #6-61 3331.3306 8" DIP Sewer Service 50 Success: All values provided #6-62 9999.0014 4" 2-Way Cast Ifon CleanoUt 10 Success: All values provided #6-63 9999.0015 6" 2-way Cast Iron Cleanout 10 Success: All values provided #6-64 9999.0016 8" 2-Way Cast Iron CleanoUt 10 Success: All values provided #a-s5 3331.3308 8" DIP Bored Sewer Service So success: nll values provided #6-6s 9999.0017 8" Private Service Line PVC Cleanout 20 Success: all values provided #s-s7 3331.3310 8" DIP Private Sewer Service So Success: All values provided #6-68 3331.5201 6" PVC Sewer Pipe, 0' to 6' (Misc Only) 75 Success: All values provitletl #6-69 3331.5204 6" PVC Sewer Pipe, 6' to 8' (Misc Only) 75 Success: All values provitletl #6-70 3331.5207 6" PVC SeOni�,Pipe, 8' to 10' (Misc 75 Success: All values provitletl #6-71 3331.5210 6" PVC SOnI r Pipe, 10' to 12'(Misc 50 Y) Success: All values provided #6-72 3331.5231 6" DIP Sewer Pipe, 0' to 6' (Misc Only) 50 Success: All values provitletl #6-73 3331.5234 6" DIP Sewer Pipe, 6' to 8' (Misc Only) 50 Success: All values provided #6-74 3331.5237 6" DIP Sewer Pipe, 8' to 10' (Misc Only) 50 success: All values provided #6-75 3331.5240 6" DIP SeOnly)'Pe, 10' to 12' (Misc 50 Success: All values provided #6-76 9999.0018 6" DIP SeOwn�rYPipe, 12' to 14' (Misc 50 9999.0019 6" DIP Sewer Pipe, 14' to 16' (Misc Success: All values provided #6-77 OnI 50 Y) success: All values provided #6-78 9999.0020 6" DIP Se�wn�rY; ipe, 16' to 18' (Misc 50 Success: All values provided #6-79 3331.5301 8" PVC Sewer Pipe, 0' to 6' (Misc Only) 400 Success: All values provided #6-80 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Misc Only) 500 EA LF EA LF LF LF EA EA EA EA EA LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 20 33 31 20 33 31 20 33 31 20 3311 10 33 11 10 33 11 10 33 11 10 3311 10 33 11 10 33 11 10 33 31 20 33 31 20 s a,z�s.00 s �sz.00 $ 2,663.00 s sn.oa s aa.00 s �az.oa s �,ssa.00 5 2,648.00 $ 2,663.00 $ 7,036.00 $ 3,061.00 a �az.00 a 70.00 5 72.00 a 7s.00 5 77.00 $ 122.00 5 125.00 S tta.00 3 138.00 $ 143.00 5 i55.00 a 22s.00 $ �B.00 a so.00 § 85,580.00 $ 7,600.00 $ 53,260.00 $ 26,350.00 $ 4,200.00 $ 7,100.00 $ 19,980.00 $ 26,480.00 $ 26,630.00 $ 351,800.00 S 61,220.00 $ 7,100.00 $ 5,250.00 $ 5,400.00 $ 5,925.00 $ 3,850.00 S s,loo.00 $ 6,250.00 $ s,400.00 $ 6,900.00 3 7,150.00 $ 7,soo.00 $ i i,aoo.00 $ 31,200.00 $ 40,000.00 success: All values provided #6-81 3331.5307 8" PVC SOnly)P'pe, 8' to 10' (Misc 500 Success: All values provided #6-82 3331.5310 8" PVC SOnly)Pipe, 10' to 12'(Misc 300 Success: All values provitletl #6-83 3331.5313 8" PVC Se�nl r Pipe, 12' to 14'(Misc �oo Y) Success: All values provided #6-84 3331.5316 8" PVC SeOw i�; ipe, 14'to 16' (Misc �00 Success: All values provided #6-85 3331.5319 8" PVC Seonf�)Pipe, 16' to 18'(Misc �00 Success: All values provided #6-86 3331.5331 8" DIP Sewer Pipe, 0' to 6' (Misc Only) 50 Success: All values provitletl #6-87 3331.5334 8" DIP Sewer Pipe, 6' to 8' (Misc Only) 50 Success: All values provitletl #6-88 3331.5337 8" DIP Sewer Pipe, 8'to 10' (Misc Only) 50 Success: All values provitletl #6-89 3331.5340 8" DIP SeOnl P�Pe, 10' to 12' (Misc 50 Y) Success: All values provided #6-90 3331.5343 8" DIP SeOnlyP'Pe, 12' to 14' (Misc 50 success: nll values provided #6-91 3331.5346 8" DIP Se�wn�rY; ipe, 14' to 16' (Misc 50 success: All values provided #6-92 3331.5349 8" DIP Se�wn�rYj ipe, 16' to 18' (Misc 50 success: nll values provided #6-s3 3331.5401 10" PVC SOnI er Pipe, 0'to 6' (Misc �00 Y) Success: All values provided #6-94 3331.5404 10" PVC S�n �,r Pipe, 6' to 8' (Misc �00 success: nll values provided #6-95 3331.540710" PVC SOe i er Pipe, 8' to 10'(Misc �oo Y) Success: All values provided #6-96 3331.5410 10" PVC SOen �� Pipe, 10' to 12'(Misc 50 success: nll values provided #6-97 3331.5413 10" PVC SeOnl�)Pipe, 12' to 14' (Misc 50 Success: All values provided #6-98 3331.5416 10" PVC SeOnl r Pipe, 14' to 16' (Misc 50 Y) success: nll values provided #6-ss 3331.5419 10" PVC SeOnl�)Pipe, 16' to 18' (Misc 50 Success: All values provided #6-100 3331.5431 10" DIP Sewer, 0' to 6' (Misc Only) 50 Success: All values provided #6-101 3331.5434 10" DIP Sewer, 6' to 8' (Misc Only) 50 Success: All values provided #6-102 3331.5437 10" DIP Sewer, 8' to 10' (Misc Only) 50 Success: All values provided #6-103 3331.5440 10" DIP Sewer, 10' to 12' (Misc Only) 50 LF LF �F LF LF LF LF �F LF LF LF LF LF LF �F LF LF LF LF LF LF LF LF 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 11 10 33 11 10 33 11 10 33 11 10 $ 83.00 $ 59.00 5 s7.00 $ 110.00 a isa.00 $ 144.00 5 ias.00 $ 149.00 5 iss.00 a iso.00 5 175.00 $ 253.00 a ss.00 a as.00 5 so.00 a ioo.00 $ 105.00 $ 119.00 5 isa.00 a ziz.00 a �sa.00 a �szoo 5 n2.00 $ 41,500.00 S 26,700.00 $ 9,700.00 $ 11,000.00 $18,SOO.00 $ 7,200.00 $ 7,300.00 S 7,450.00 $ 7,750.00 S 8,000.00 $ a,75o.00 $ i2,sso.00 $ 8,soo.00 $ a,soo.00 $ s,000.00 $ 5,000.00 $ 5,250.00 $ 5,950.00 $ 9,900.00 $ 10,600.00 $ 8,200.00 $ 8,350.00 $ 8,600.00 Success: All values provided #6-104 3331.5444 10" DIP Sewer, 12' to 14' (Misc Only) 50 Success: All values provitled #6-105 3331.5446 10" DIP Sewer, 14' to 16' (Misc Only) 50 Success: All values provided #6-106 3331.5449 10" DIP Sewer, 16' to 18' (Misc Only) 50 success: All values provided #6-107 3331.5501 12" PVC S�ew�)r Pipe, 0' to 6' (Misc 50 Success: All values provided #6-108 3331.5504 12" PVC Sewer Pipe, 6' to 8'�Misc Only) 50 Success: All values provitled #6-109 3331.5507 12" PVC SOe i�; Pipe, 8' to 10' (Misc 50 Success: All values provitled #6-110 3331.5510 12" PVC SOnI r Pipe, 10' to 12' (Misc 50 Y) success: nll values provided #6-1 � � 9999•0021 12" PVC SeOni r Pipe, 12' to 14' (Misc 50 Y) Success: All values provided #6-112 9999.0022 12" PVC SeOnf r Pipe, 14' to 16' (Misc 50 Y) Success: All values provided #6-113 9999.0023 12" PVC SeOnl�)Pipe, 16' to 18' (Misc 50 Success: All values provided #6-114 3331.5531 12" DIP Sewer, 0' to 6' (Misc Only) 50 Success: All values provided #6-115 3331.5534 12" DIP Sewer, 6' to 8' (Misc Only) 50 Success: All values provided #6-116 3331.5537 12" DIP Sewer, 8' to 10' (Misc Only) 50 Success: All values provitletl #6-117 3331.5540 12" DIP Sewer, 10' to 12' (Misc Only) 50 Success: All values provitletl #6-118 9999.0024 12" DIP Sewer, 12' to 14' (Misc Only) 50 Success: All values provitletl #6-119 9999.0025 12" DIP Sewer, 14' to 16' (Misc Only) 50 Success: All values provided #6-120 9999.0026 12" DIP Sewer, 16' to 18' (Misc Only) 50 success: nll values provided #6-12� 3331.5601 15" PVC SOnI er Pipe, 0' to 6' (Misc 50 Y) success: All values provided #6-122 3331.560415" PVC SOn ��r Pipe, 6' to 8' (Misc 50 success: nll values provided #6-123 3331.5607 15" PVC SOe i�; Pipe, 8' to 10' (Misc 50 Success: All values provided #6-124 3331.5610 15" PVC SeOn'�)Pipe, 10' to 12' (Misc 50 9999.0027 15" PVC Sewer Pipe, 12' to 14' (Misc Success: All values provitletl #6-125 OnI 50 Y) success: All values provided #6-126 9999.0028 15" PVC SeOnl�)Pipe, 14' to 16' (Misc 50 LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 11 10 33 11 10 33 11 10 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 $ 191.00 a iss.00 S 27s.00 5 i55.00 $ 103.00 5 iso.00 5 111.00 $ izo 00 $ 189.00 5 21&.00 a �si.00 5 194.oa s zaz.00 5 iso.00 $ i9z.00 5 215.00 a zss.00 5 11s.00 $ 11s.00 a i22.00 a iso.00 5 i27.00 $ 210.00 $ 9,050.00 $ 9,750.00 S 13,950.00 $ 7,750.00 $ 5,150.00 $ 8,000.00 S 5,550.00 $ 6,000.00 $ 9,450.00 $ 10,900.00 $ 9,050.00 $ 9,200.00 $ 12,100.00 $ 9,500.00 S 9,600.00 S 10,750.00 $ 14,950.00 $ 5,800.00 $ 5,950.00 $ 6,ioo.00 $ 9,OOo.00 $ 6,350.00 $ 10,500.00 success: nll values provided #6-127 9999.0029 15" PVC SeOnl�)Pipe, 16' to 18' (Misc 50 Success: All values provided #6-128 3331.5731 16" DIP Sewer, 0' to 6' (Misc Only) 50 Success: All values provided #6-129 3331.5734 16" DIP Sewer, 6' to 8' (Misc Only) 50 Success: All values provided #6-130 3331.5737 16" DIP Sewer, 8' to 10' (Misc Only) 50 Success: All values provitled #6-131 3331.5740 16" DIP Sewer, 10' to 12' (Misc Only) 50 Success: All values provided #6-132 9999.0030 16" DIP Sewer, 12' to 14' (Misc Only) 50 Success: All values provided #6-133 9999.0031 16" DIP Sewer, 14' to 16' (Misc Only) 50 Success: All values provided #6-134 9999.0032 16" DIP Sewer, 16' to 18' (Misc Only) 50 Success: All values provitled #6-135 3331.5811 6" DIP Sewef Pipe, 0' to 6' (Misc Only), 50 CLSM Backfill Success: All values provided #6-136 3331.5812 6" DIP Sewer Pipe, 6' to 8' (Misc Only), 50 CLSM Backfill Success: All values provided #6-137 3331.5813 6" DIP Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill Success: All values provided #6-138 3331.5814 6" DIP Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provitled #6-139 9999.0033 6" DIP Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provitled #6-140 9999�0034 6" DIP Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provitletl #s-iai 9999•0035 6" DIP Sewer Pipe, 16' to 18' (Misc so Only), CLSM Backfill Success: All values provided #6-142 3331.5822 8" DIP Sewef Pipe, 0' to 6' (Misc Only), 50 CLSM Backfill success: All values provided #6-143 3331.5823 8" DIP Sewer Pipe, 6' to 8' (Misc Only), 50 CLSM Backfill Success: All values provided #6-144 3331.5824 8" DIP Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill success: All values provided #6-145 3331.5825 8" DIP Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill success: All values provided #6-14s 3331.5826 8" DIP Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provided #6-147 3331.5827 8" DIP Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provided #6-148 3331.5828 8" DIP Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provided #6-149 3331.5837 10" DIP Sewer, 0' to 6' (Misc Only), 50 CLSM Backfill LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 31 20 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 $ zsa o0 s zas.00 $ 307.00 a zss.00 5 25&.00 $ 2s1.00 5 250.00 $ 387.00 S 27s o0 $ is5.00 5 isa.00 a ns.00 5 is2.00 5 is&.00 $ zss o0 $ 141.00 5 ib5.00 a isa.00 5 1�i.00 a iss.00 a iso.00 a 2s2.00 5 isl.00 $12,700.00 $ 12,4W.00 $ 15,350.00 S 12,7W.00 $ 12,900.00 $ 13,050.00 $ 14,000.00 $ 19,350.00 $ 13,900.00 $ 8,250.00 $ 8,400.00 $ 8,800.00 $ 9,100.00 S 7,900.00 $ 13,300.00 $ 7,050.00 $ 9,250.00 $ 9,400.00 $ 8,550.00 $ 9,950.00 $ 9,000.00 $ 14,600.00 $ 8,050.00 success: All values provided #6-150 3331.5838 10" DIP Sewer, 6' to 8' (Misc Only), 50 CLSM Backfill Success: All values provitled #6-151 3331.583910" DIP Sewer, 8' to 10' (Misc Only), 50 CLSM Backfill Success: All values provided #6-152 3337.5840 10" DIP Sewer, 70' to 12' (Misc Only), 50 CLSM Backfill success: All values provided #6-153 3331.5841 10" DIP Sewer, 12' to 14' (Misc Only), 50 CLSM Backfill Success: All values provided #6-154 3331.5842 10" DIP Sewe�, 14' to 16' (Misc Only), 50 CLSM Backfill Success: All values provided #6-155 3331.5843 70" DIP Sewer, 16' to 18' (Misc Only), 50 CLSM Backfill Success: All values provitletl #6-156 3331.5849 12" DIP Sewer, 0' to 6' (Misc Only), 50 CLSM Backfill success: nll values provided #6-157 3331.585012" DIP Sewer, 6' to 8' (Misc Only), 50 CLSM Backfill success: nll values provided #s-�sa 3331.5851 12" DIP Sewer, 8' to 10' (Misc Only), 50 CLSM Backfill success: All values provided #6-159 3331.585212" DIP Sewer, 10' to 12' (Misc Only), 50 CLSM Backfill Success: All values provided #6-iso 9999.0036 12" DIP Sewer, 12' to 14' (Misc Only), 50 CLSM Backfill success: All values provided #6-161 9999.003712" DIP Sewer, 14' to 16' (Misc Only), 50 CLSM Backfill Success: All values provided #6-162 9999.0038 12" DIP Sewer, 16' to 18' (Misc Only), 50 CLSM Backfill Success: All values provided #6-163 3331.5857 16" DIP SeWer, 0' to 6' (MisC Only), 50 CLSM Backfill success: All values provided #6-1sa 3331.5858 16" DIP Sewer, 6' to 8' (Misc Only), 50 CLSM Backfill success: All values provided #6-165 3331.585916" DIP Sewer, 8' to 10' (Misc Only), 50 CLSM Backfill Success: All values provided #6-iss 3331.5860 16" DIP Sewer, 10' to 12' (Misc Only), 50 CLSM Backfill Success: All values provitled #6-167 9999.0039 16" DIP Sewer, 12' to 14' (Misc Only), 50 CLSM Backfill Success: All values provided #6-168 9999�0040 16" DIP Sewe�, 14' to 16' (Misc Only), 50 CLSM Backfill success: nll values provided #6-169 9999.0041 16" DIP Sewer, 16' to 18' (Misc Only), 50 CLSM Backfill Success: All values provitletl #6-170 3331.5807 6" PVC Sewer Pipe, 0' to 6' (Misc 50 Only), CLSM Backfill Success: All values provided #6-171 3331.5808 6" PVC Sewer Pipe, 6' to 8' (Misc Only), 50 CLSM Backfill success: All values provided #6-172 3331.5809 6" PVC Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 31 20 33 31 20 Kxx�s�z�� $ 203.00 $ is4.00 S 2os o0 5 214.00 $ 234.00 5 318.00 5 zzo.00 $ 223.00 $ 225.00 5 231.00 $ 201.00 5 2s2.00 $ 338.00 S 2sa o0 $ 293.00 5 2ss.00 $ 305.00 5 327.00 $ 42s.00 5 305.00 5 159.00 5 114.00 a ,n.00 $ 10,150.00 $ 8,200.00 S 10,400.00 $ 10,700.00 $ 11,700.00 $ 15,900.00 S 11,000.00 $ 11,150.00 S 11,250.00 $ i i,sso.00 $ 10,050.00 $ 13,100.00 $ 16,900.00 $ 14,400.00 $ 14,650.00 $ 14,800.00 $ 15,250.00 $ 16,350.00 $ 21,300.00 $ i5,25o.00 S 7,950.00 S 5,700.00 $ 5,850.00 Success: All values provided #6-173 3331.5810 6" PVC Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provided #6-174 9999.0042 6" PVC Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provitletl #s-i�s 9999.0043 6" PVC Sewer Pipe, 14'to 16' (Misc so Only), CLSM Backfill Success: All values provided #6-176 9999•0044 6" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-177 3331.5815 8" PVC Sewer Pipe, 0' to 6' (Misc Only�, 50 CLSM Backfill Success: All values provided #6-178 3331.5816 8" PVC Sewer Pipe, 6' to 8' (Misc Only), 50 CLSM Backfill Success: All values provitletl #s-i�s 3331.5817 8" PVC Sewer Pipe, 8'to 10' (Misc so Only), CLSM Backfill Success: All values provitletl #6-180 3331.5818 8" PVC Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-181 3331.5819 8" PVC Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provided #6-182 3331.5820 8" PVC Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill success: nll values provided #6-183 3331.5821 8" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provided #6-184 3331.5830 10" PVC Sewer Pipe, 0' to 6' (Misc 50 Only), CLSM Backfill Success: All values provided #s-ias 3331.5831 10" PVC Sewer Pipe, 6'to 8' (Misc so Only), CLSM Backfill Success: All values provided #6-186 3331.5832 10" PVC Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill Success: All values provitletl #s-ia� 3331.5833 10" PVC Sewer Pipe, 10'to 12' (Misc so Only), CLSM Backfill Success: All values provided #6-188 3331.5834 10" PVC Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-189 3331.5835 10" PVC Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provided #6-190 3331.5836 10" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provitletl #s-isi 3331.5845 12" PVC Sewer Pipe, 0' to 6' (Misc so Only), CLSM Backfill Success: All values provitletl #6-192 3331.5846 12" PVC Sewer Pipe, 6' to 8' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-193 3331.5847 12" PVC Sewer Pipe, 8'to 10' (Misc �00 Only), CLSM Backfill Success: All values provided #6-194 3331.5848 12" PVC Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provided #s-iss 9999�0045 12" PVC Sewer Pipe, 12'to 14' (Misc so Only), CLSM Backfill LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 Kxx�s�z�� $ 123.00 a i2s.00 5 145.00 a 2os.00 $ 11s.00 a isa.00 5 izs.00 5 io&.00 5 136.00 S iso.00 5 250.00 a i27.00 $ 130.00 $ 132.00 5 ioo.00 $ 144.00 $ 125.00 $ 245.00 5 138.00 5 141.00 5 136.00 $ 146.30 a ,sz.00 $ 6,150.00 $ 6,400.00 $ 7,2so.00 $ 10,300.00 $ 5,950.00 $ 8,400.00 S 6,250.00 S 5,400.00 $ 6,800.00 $ 7,500.00 $ i2,soo.00 $ 6,350.00 $ s,soo.00 $ 6,600.00 $ s,000.00 $ 7,200.00 $ 6,250.00 $ 12,400.00 $ s,soo.00 $ 7,050.00 $ 13,600.00 $ 7,315.00 $ 7,soo.00 success: nll values provided #6-�ss 9999.0046 12" PVC Sewer Pipe, 14'to 16' (Misc 50 Only), CLSM Backfill success: nll values provided #6-197 9999.0047 12" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provided #6-198 3331.5853 15" PVC Sewer Pipe, 0' to 6' (Misc 50 Only), CLSM Backfill success: All values provided #6-199 3331.585415" PVC Sewer Pipe, 6' to 8' (Misc 50 Only), CLSM Backfill Success: All values provided #6-200 3331.5855 15" PVC Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-201 3331.5856 15" PVC Sewer Pipe, 10'to 12' (Misc 50 Only), CLSM Backfill Success: All values provitletl #6-202 9999�0048 15" PVC Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill success: nll values provided #6-203 9999.0049 15" PVC Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provided #6-204 9999•0050 15" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provided #6-205 3339.0003 Liner - 4' Sewer MH 20 Success: All values provided #6-206 3339.0004 Llnef - 5� SeWef MH 20 Success: All values provided #s-2o7 3339.0007 Wastewater Access Chamber 5 Success: All values provided #6-208 3339.1001 4' Manhole 30 Success: All values provided #6-209 3339.1002 4' Drop Manhole 20 Success: All values provided #6-210 3339.1003 4' Extra Depth Manhole 10 Success: All values provided #6-211 3339.1004 4' Shallow Manhole 20 Success: All values provided #6-212 9999.0051 4' Dia. Drop Manhole Extra Depth 10 Success: All values provided #6-213 3339.1005 4' Dia. Type A Manhole 5 Success: All values provided #e-2�a 9999.0052 4' Dia. Type A Manhole Extra Depth 5 Success: All values provided #6-215 3339.1006 4' Dia. Fiberglass Manhole 5 Success: All values provided #s-21s 3339.7007 4' Fiberglass Drop Manhole 5 Success: All values provitled #6-217 9999�0053 4' Fiberglass Drop Manhole Extra 5 Depth Success: All values provided #6-218 3339.1008 4' Fiberglass Extra Depth Manhole 5 Success: All values provided #6-219 3339.1010 4' Fiberglass Type A Manhole 5 success: nll values provided #6-220 9999.0054 4' Fiberglass Type A Manhole Extra 5 Depth Success: All values provided #s-221 9999.0055 External Drop Into Existing Manhole 10 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 LF 33 31 20 VF 33 39 60 VF 33 39 60 EA 33 39 40 EA 33 39 10 / 33 39 20 EA 33 39 10 VF 333910 � 33 39 10 / 33 39 20 VF 33 39 10 / 33 39 20 EA 33 39 10 / 33 39 20 VF 33 39 10 / 33 39 20 EA 33 39 30 EA 33 39 30 VF 33 39 30 VF 33 39 30 EA 33 39 30 VF 33 39 30 EA 33 39 10 a n2.00 $ 21&.00 $ i55.00 5 157.00 $ 163.00 5 171.00 5 194.00 S 2szoo $ 170.00 $ 983.00 a �.�ss.oa a a.�ii.00 $ 10,B22.00 $ 13,060.00 a aso.ao 5 8.152.oa a asa.00 5 9,258.00 a aso.ao 5 2o,oSa.oa a 22,azs.oa 5 1,71 b.00 5 1,193.00 5 18,7fi5.00 $ 825.00 $ 10,608.00 $ 8,600.00 $ 10,900.00 S 7,750.00 $ 7,850.00 $ 8,150.00 $ 8,550.00 S 9,700.00 $ ia,soo.00 $ a,soo.00 $ 19,660.00 S 23,980.00 $ 23,555.00 S 327,660.00 $ 261,000.00 $ 4,608.00 $ 163,040.00 $ 9,5so.00 $ 46,290.00 $ 2,304.00 $ 10Q440.00 S 114,145.00 $ 8,590.00 3 5,965.00 $ 93,825.00 $ 4,125.Oo $ 105,080.00 Success: All values provided #6-222 9999.0056 External Drop Into Extra Depth ( Over 6' of Depth) Success: All values provided #6-223 3339.1101 5' Dia. Manhole Success: All values provided #6-224 3339.1102 5' D�op Manhole Success: All values provided #6-225 3339.1103 5' Dia. Manhole Extra Depth Success: All values provided #s-22s 9999.0057 5' Dia. Drop Manhole Extra Depth Success: All values provided #6-227 3339.1104 5' Dia. Shallow Manhole Success: All values provided #6-228 3339.1105 5' Dia. Type A Manhole Success: All values provided #6-229 9999.0058 5' Dia. Type A Manhole Extra Depth Success: All values provided #6-230 3339.1106 5' Dia. Fiberglass Manhole success: All values provided #6-231 9999.0059 5' Dia. Fiberglass Manhole Extra Depth Success: All values provided #6-232 3339.1107 5' Dia. Fiberglass Drop Manhole Success: All values provided #6-233 3339.1108 5' Fiberglass Extra Depth Manhole Success: All values provided #6-234 3339.1110 5' Dia. Fiberglass Type A Manhole Success: All values provided #6-235 9999.0060 5' Dia. Fiberglass Type A Manhole Extra Depth Success: All values provided #6-236 9999.0061 Bore & Jack 8" D.I. Sewer Pipe Success: All values provided #s-237 9999.0062 Bore & Jack 10" D.I. Sewer Pipe Success: All values provided #6-238 9999.0063 Bore & Jack 12" D.I. Sewer Pipe Success: All values provided #6-239 9999.0064 Bore & Jack 16" D.I. Sewer Pipe Success: All values provided #6-240 9999.0065 Exploratory Excavation of Existing Utilities (0' - 5' ) success: nll values providea #6-241 9999.0066 Exploratory Excavation of Existing Utilities (5' - 10' � Success: All values provided #6-242 9999.0067 Exploratory Excavation of Existing ViI�It105,��� - 2��) Unit 34 - Transportation Success: All values provided #7-1 9999.0068 Traffic Control for SSIP Projects Success: All values provitletl #7-2 3471.0003 Traffic Control Details io 5 5 5 5 10 5 5 io 5 5 5 5 5 50 So 50 So 5 VF 333910 EA 33 39 10 / 33 39 20 EA 33 39 10 / 33 39 20 VF 33 39 10 / 33 39 20 VF 33 39 10 / 33 39 20 � 33 39 10 / 33 39 20 EA 33 39 10 / 33 39 20 VF 33 39 10 / 33 39 20 EA 33 39 30 VF 33 39 30 EA 33 39 30 VF 33 39 30 EA 33 39 30 VF LF LF LF LF EA 33 39 30 33 05 22 33 05 22 33 05 22 33 05 22 33 O5 30 5 EA 5 EA 25 25 33 O5 30 33 OS 30 $ 1,os5.00 5 13,fi31.00 a �s,eie.00 5 569.oa $ 1,912.00 5 10,iB0.00 $ 9,785.00 5 569.oa 5 20,016.00 5 1,875.00 3 20,093.00 5 1.875.00 $ 21,368.00 5 2,os5.00 a aazoo a saa.00 $ 610.00 a �az.00 a 2,s52.00 3 3,632.00 5 a,soi.00 $ io,sso.00 S 68,155.00 $ 77,575.00 $ 2,840.00 $ 9,560.00 $ 101,900.00 $ 48,925.00 $ 2,840.00 $ 200, � w.00 $ 9,375.00 $ 10Q465.00 $ 9,375.00 $ 106,790.00 $ 10,475.00 $ 24,350.00 $ 27,400.00 $ 30,500.00 $ 37,100.00 $ 14,760.00 $ 18,160.00 S 24,505.00 $ 8,869,222.00 MO 34 71 13 S ia.sea.00 $ 367,450.00 EA 34 71 13 5 z,aes.00 S 72,400.00 $ 439,850.00 Addenda #1 - Additional Items Success: All values provided #e-1 0171.0101 Construction Staking 1 Ls o1 71 23 s �s,00z.00 g 73,002.00 Success: All values provided #8-2 0171.0102 As-Built Survey (GPS Redline) 1 Success: All values provided #83 9999.0069 Silt Fence 100 Success: All values provided #8-4 9999.0070 Inlet Protection 5 Success: All values provided #8-5 3305.0110 Utility Markers 1 Success: All values provided #8-6 9999.0071 T�ee P�otection 5 Success: All values provided #8-7 3305.0109 Trench Safety 100 Success: All values provided #8-8 3305.0113 T�ench Wate� Stops 5 Success: All values provided #8-9 3339.0001 Epoxy Manhole Liner 20 Success: All values provided #e-�o 3339.0002 Epoxy Structure Liner 20 Success: All values provided #8-11 0241.0500 RemoVe FenCe 100 Success: All values provided #8-12 3305.0202 Imported EmbedmentlBac�ll, CSS 5 Success: All values provided #8-13 3305.0203 Imported EmbedmentlBackfill, CLSM 5 success: All values provided #8-14 3305.0204 Imported EmbedmentlBackfill, 5 Crushed Rock success: nll values provided #8-15 3305.0205 Imported EmbedmentlBackfill, Fine 5 Crushed Rock Success: All values proviaetl #8-16 3305.0206 Imported EmbedmentlBackfill, 5 Acceptable Backfill Success: All values provitletl #8-17 3305.0207 Imported Embedment/Backfill, Select 5 Fill Success: All values provided #8-18 3331.3371 4" Sewer Service, Reconnection 5 Success: All values provided #8-19 3331.3312 6" Sewer Service, Reconnection 5 Success: all values provided #e-2o 3331.3313 8" Sewer Service, Reconnection 5 success: all vaiues provided #e-21 3331.3314 4" Sewer Service, Reinstatement 5 Success: All values provided #e-22 3331.3315 6" Sewer Service, Reinstatement 5 success: all vaiues provided #e-23 3331.3316 8" Sewer Service, Reinstatement 5 Success: All values provided #8-24 9999.0072 18" PVC S�n �,r Pipe, 0' to 6' (Misc 50 9999.0073 18" PVC Sewer Pipe, 6' to 8' (Misc Success: All values provided #8-25 OnI 50 Y) success: All values provided #8-26 9999.007418" PVC SOe i�; Pipe, 8' to 10' (Misc 50 success: nll values provided #8-27 9999.007518" PVC SOe i�) Pipe, 10' to 12'(Misc 50 Success: All values provided #8-28 9999�0076 18" PVC SOe i�; Pipe, 12' to 14'(Misc 50 LS LF EA LS EA LF EA VF SF LF CY CV CY cv CY CV EA EA EA EA EA EA LF LF LF LF LF 01 71 23 NO SPEC NO SPEC 33 OS 26 NO SPEC 33 OS 10 33 OS 15 33 39 60 33 39 60 02 41 13 33 OS 10 33 O5 10 33 O5 10 33 O5 10 33 O5 10 33 OS 10 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 50 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 5 73,002.00 5 23.82 $ 614.00 5 1,660.00 5 935.00 s z.00 $ 3,445.00 s �,zoo.oa a aas.00 a n.00 a zao.00 $ 324.00 $ 203.00 5 203.00 a isa.00 s zoa.00 $ 3,528.00 5 3,528.00 a a.z�s.00 5 4.893.00 $ 5,313.00 5 6,904.00 a isa.00 5 171.00 a ias.00 $ zm o0 $ 243.00 S 73,002.00 $ 2,382.00 $ 3,070.00 $ 1,660.00 $ 4,675.00 $ 200.00 $ 17,225.00 $ 24,000.00 S 9,720.00 $ 1,700.00 $ 1,200.00 $ 1,620.00 $ 1,015.00 $ i,oi5.00 $ 990.00 $ 1,015.00 $ 17,640.00 $ 17,640.00 $ 21,395.00 $ 24,465.00 $ 26,565.00 $ 34,520.00 $ 8,400.00 $ 8,550.00 $ 9,300.00 $ 10,350.00 $ 12,150.00 Success: All values provided #8-29 9999.0077 18" PVC SOe ier Pipe, 14' to 16'(Misc 50 Y� Success: All values provided #830 9999�0078 18" PVC SOen �� Pipe, 16' to 18'(Mlsc 50 Success: All values provitletl #831 9999.0079 18" DIP Sewer Pipe, 0' to 6' (Misc Only) 50 Success: All values provided #832 9999.0080 18" DIP Sewer Pipe, 6' to 8' (Misc Only) 50 Success: All values provided #833 9999.0081 18" DIP SOenl r Pipe, 8' to 10' (Misc 50 Y) Success: All values provided #834 9999�0082 18" DIP SeOwi�)Pipe, 10'to 12' (Misc 50 Success: All values provitletl #835 9999�0083 18" DIP Seow i�)Pipe, 12' to 14' (Misc 50 Success: All values provitletl #836 9999.0084 18" DIP S Onl r Pipe, 14' to 16' (Misc 50 Y) Success: All values provitletl #837 9999.0085 18" DIP SeOwir Pipe, 16' to 18' (Misc 50 Y) Success: All values provided #838 9999.0086 18" DIP Sewer Pipe, 0' to 6' (Misc 50 Only), CLSM Backfill success: All values provided #839 9999.0087 18" DIP Sewer Pipe, 6' to 8' (Misc 50 Only), CLSM Backfill Success: All values provided #8-40 9999.0088 18" DIP Sewer Pipe, 8' to 10' (Misc 50 Only), CLSM Backfill Success: All values provided #8-41 9999.0089 18" DIP Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provided #8-42 9999.0090 18" DIP Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill success: nll values provided #8-43 9999.0091 18" DIP Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provided #8-44 9999�0092 18" DIP Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill Success: All values provided #8-45 9999.0093 18" PVC Sewer Pipe, 0' to 6' (Misc 50 Only), CLSM Backfill Success: All values provided #8-46 9999.0094 18" PVC Sewer Pipe, 6' to 8' (Misc 50 Only), CLSM Backfill Success: All values provitletl #a-a7 9999.0095 18" PVC Sewer Pipe, 8' to 10' (Misc so Only), CLSM Backfill Success: All values provitletl #8-48 9999�0096 18" PVC Sewer Pipe, 10' to 12' (Misc 50 Only), CLSM Backfill Success: All values provitletl #8-49 9999�0097 18" PVC Sewer Pipe, 12' to 14' (Misc 50 Only), CLSM Backfill Success: All values provided #8-50 9999•0098 18" PVC Sewer Pipe, 14' to 16' (Misc 50 Only), CLSM Backfill Success: All values provided #8-51 9999�0099 18" PVC Sewer Pipe, 16' to 18' (Misc 50 Only), CLSM Backfill LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF LF 33 31 20 33 31 20 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 33 11 10 3311 10 33 11 10 33 11 10 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 33 31 20 Kxx�s�z�� $ 294.00 $ 362.00 5 283.00 a 2as.00 $ aotoo $ 322.00 5 358.00 $ 4os.00 5 a&1.00 a zsa.00 5 315.00 $ 330.00 $ 352.00 $ 388.00 5 439.00 $ 511.00 a iszoo a is2.00 5 nzoo 5 236.00 5 234.00 $ 323.00 $ 395.00 $ 14,700.00 S 18,100.00 $ 14,150.00 $ 14,300.00 $ 15,050.00 $ 16,100.00 $ 17,900.00 $ 20,450.00 S 24,050.00 $ 14,150.00 $ 15,750.00 $ 16,500.00 $ 17,600.00 $ 19,400.00 $ 2i,sso.00 $ 25,550.00 $ 9,850.00 $ 8,100.00 $ a,aso.00 $ 11,800.00 $ 11,700.00 $ 16,150.00 $ 19,750.00 LF 33 05 22 5 4o2.oa S 20,100.00 330522 5 i,si3.00 $75,650.00 024114 a 2,365.00 $11,825.00 024114 5 3,782.oa $18,910.00 0241 14 S 3,992.oa S 19,960.00 02 41 14 $ 32.00 $ 3,200.00 02 41 14 $ 3,772.00 $ 18,860.00 024114 $2,14a.00 $io,74o.00 02 41 14 $ 3,486.00 $ 17,430.00 oza��a $astoo $s,szo.00 33 03 10 $ 24,008.00 $ 24,008.00 $ 1,010,669.00 Success: All values provided #8-52 3305.1006 36" Casing By Open Cut 50 Success: All values provitletl #8-53 3305.1106 36" Casing By Other Than Open Cut 50 Success: All values provided #8-54 Success: All values provided #8-55 Success: All values provided #8-56 Success: All values provided #8-57 Success: All values provided #8-58 Success: All values provided #8-59 Success: All values provided #8-60 Success: All values provided #8-61 Success: All values provided #8-62 0241.1118 4"-12" Pressure Plug 0241.1106 16" Pressure Plug 0241.1107 18" Pressure Plug 0241.2018 Remove 18" Sewer Line 0241.2108 18" Sewer Abandonment Plug 0241.2203 Remove 6' Sewer Manhole 0241.5001 Abandon Manhole 0241.2001 Sanitary Line Grouting 3303.0001 Bypass Pumping 5 5 5 100 5 5 5 20 1 LF EA EA EA LF EA EA EA CY LS $ 11,469,018.00 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND This solicitation did not require a bid bond. That we, , known as "Bidder" herein and a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of zero percent (0%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Water Projects. NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 2024. ATTEST: Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: BY: Signature Name and Title Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 43 13 BID BOND Page 2 of 2 Witness as to Surety Attach Power of Attorney (Surety) for Attorney-in-Fact Address: S U R ETY: BY: Signature Name and Title Address: Telephone Number: 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 43 37 VENDOR COMP'�lANCE TO S7ATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT 81DDER Texas Government Code Chapter 2252 was adoptecf for the award of contracts to nonresident bidders. 'ihis law provides that, in order to be awarded a contract as low bidder, nonresident bidders {out-of-state contractors whose carparate offices or principal place of business are outside the State of Texas) bid projects for consiruction, impro�ements, supplies or services in Texas at an amount fower t�an the lowesk Texas resident bidder by the same amount that a Texas resident bidder would be required ta 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 ouk by all nonresident bidders in order for your bid to meet specifications. Tne failure of nonresident bidders to do so will au#omatically disqualify that bidder. Resident bidders rnust check the box in Section B. A. Nonresident bidders in the 5tate of , our principal place of business, are required to be percenk lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. [] BIDDER: Date: END OF SECTION CITY OF FQRT WORTH STANDARD CONS7RUCTION SPECIFICATION �OCUMENTS Revised 913012021 4/3/2025 2024 Small-Scale Infrastructure Unit Price Construclion Contract Various City Project Numbers By: John Kolb 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 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 a Bidder'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 ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a TeXas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 35 36 37 38 39 40 41 42 43 44 following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DiJNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 45 2. Prequali�cation 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Contract for Revised August 13, 2021 Miscellaneous Sewer Projects Various Pr�ject Numbers 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) 2 3 4 5 6 7 (3) 8 9 (4) 10 11 (5) 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 (6) ��) �g) (9) (10) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. The City will not recognize any certified public accountant as independent who is not, in fact, independent. The accountant's opinion on the fmancial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualiiied opinion on the statements taken as a whole. The City reserves the right to require a new statement at any time. The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital= current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. 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 a The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Contract for Revised August 13, 2021 Miscellaneous Sewer Projects Various Pr�ject Numbers 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Contract for Revised August 13, 2021 Miscellaneous Sewer Projects Various Pr�ject Numbers DO NOT USE THIS EXCEL SHEET, DOWNLOAD TI-i� PDF SECTION 00 4512 PREQUALIFICATION STA�EMENT 40 45 12 PRE�UALIFtCATION STATEMENT Page 1 af � �ach 8idder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Da#e Water Transmission, UrbanlRenewal, 24-inch and smaller Auger Boring, 24-inch diameter casing and greater Sewer Intercepto�s, Urban/Renewal, 24-inches and �; � a��w,�t �+�,�5{.�,c,f; p� �� 3� i 2 S smaller CCN, 18-inches and smafler p�� V j��+� � Manhole/Structure Interior Lining — Warren or Chesterton ��a {�r0 �� ConstructionlRecon struction (l.ess than 15,000 square C onstructi on/Reconstruction (Less than 15,OQ0 square ConstructionlReconstruction (Less than 15,000 square The undersigned hereby certifies that the contractors and/or subcontractors described in the table abo�e are currently prequalified for the work types listed. BIDDER: Wifdstone Construction, LLC By: John Ko 12850 Highway 287 Fort Worth, TX 76052-2616 a a Title: President Date:. O� /p� f 2b? s END OF SECTION CITY Of FORT WORTH STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS Revised 09l3DJ2021 04 45 26 - I CONPRACTOR COMPLWNCE WITH WORKER'S COMPENSAT[ON LAW Page 1 of 1 SECTION 00 45 26 2 3 4 5 6 7 $ 9 1Q 11 �z 13 14 �5 I6 17 is 19 20 21 22 23 24 25 25 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Sectian 405.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of i#s employees employed on City Project No. Various for the 2024 Small-3cale Infrastructure Unit Price Construction Contract. Contractor further certifies that, pursuant to Texas Labar Code, Section 406A96(b), as amended, it will provide to Ciry its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Wildstane Canstruction LLC gy; John Kolb Company 12850 Hiqhwav 287 Signai Address Fort Worth, Texas 76052 Tit1e: City/StatelZip THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared John Kolb 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 President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 12kh day of May , 2025. .�"""'�• AMANDA LE1GH PATREfllS ; `PfIY Pv �� is,,' �= Notary Public. State of Texas z'".;�.�.•`t= Comm Exp�res 05-48-2027 i�TE��f��+:� ��rr������ Nolary iD 13434644$ L` � /,+ �� � I i< <I � .l�ll, �i�► ��'" � � ' . .�' � - � END OF SECTION CITY OF FORT WORTH Smafl-Scafe Infrastructure Program Unit prfoe Construction Contrad tor STANDARD CONSTRUCTION SPECIFICATION bOCUMEN'f5 Miscellaneaus Sewier Projects Revised July 1 t 2011 Variaus Project Numbers 00 52 43 - 1 Master Agreement Page 1 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 SECTION 00 52 43 MASTER AGREEMENT THIS NON-EXCLUSIVE UNIT PRICE TASK ORDER CONSTRUCTION MASTER AGREEMENT (“Master Agreement”) is made and entered into by and between the City of Fort Worth (“City”), a home-rule municipal corporation of the State of Texas, acting by and through its duly authorized representative, and Wildstone Construction, LLC (“Contractor”), a Texas Limited Liability Company, acting by and through its duly authorized representative. City and Contractor are referred to herein individually as a “party” and collectively as the “parties.” WHEREAS, the City’s Development Services Department has a Small-Scale Infrastructure program for the design and construction of small-scale and infill-type public infrastructure improvement projects (“Program”); and WHEREAS, the City issued a request for proposals to establish a list of qualified construction firms for the Program to assign construction projects on an as-needed basis; and WHEREAS, Contractor was selected as one of the successful bidders for the Program; and WHEREAS, City and Contractor desire to enter into this Master Agreement with Contractor which shall govern any future Task Orders issued hereunder for Contractor to provide City with construction services for the Program; NOW, THEREFORE, in consideration of the covenants and agreements contained in this Master Agreement, City and Contractor hereby agree as follows: SECTION 1 CONTRACT DOCUMENTS The contract documents which comprise the Master Agreement between the City and Contractor concerning future Task Orders consist of the following: 1. This Non-Exclusive Unit Price Task Order Construction Master Agreement 2. Exhibit A – Pricing 3. Exhibit B – Bid Documents 4. Exhibit C – Current Prevailing Wage Rates 5. Exhibit D – Insurance ACCORD Forms 6. Exhibit E – Payment Bond 7. Exhibit F – Performance Bond 8. Exhibit G – Maintenance Bond 9. Exhibit H – Worker’s Compensation Affidavit 10. Exhibit I – MBE/SBE Utilization Form 9 11. Exhibit J – General Conditions 12. Exhibit K – Supplementary Conditions 13. Exhibit L – Addenda 14. Exhibit M – Documentation submitted by Contractor prior to Notice of Award 15.Exhibit N – The following items, which may be delivered or issued after the Effective Date of this r Agreement, and if issued, become an incorporated part of the Contract Documents: a. Task Orders 00 52 43 - 2 Master Agreement Page 2 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 b. Notices to Proceed for each Task Order Issued c. Engineering Plans, Specifications and/or details for each Task Order Issued d. Field Orders e. Change Orders f. Letter of Final Acceptance All Exhibits attached hereto are incorporated herein and are made a part of this Master Agreement for all purposes. In the event of any conflict between the Exhibits and the terms and conditions of this Master Agreement, this Master Agreement shall control. SECTION 2 WORK 2.1 Contractor shall provide City with construction services on an as-needed basis for the City’s Development Services Department’s Small-Scale Infrastructure Program in accordance with the terms of this Master Agreement (“Work”) 2.2 Contractor understands and agrees that the City will award non-exclusive agreements to multiple construction firms to provide construction services for the Program. Contractor further understands and agrees that the City makes no promise or guarantee of the total amount of work that will be assigned to Contractor pursuant to this Master Agreement. 2.3 For each project in the Program that Contractor is assigned, the City shall issue a written task order to the Contractor establishing the Work to be performed, the construction cost to be paid to Contractor, and the necessary documents to perform the Work, including but not limited to, the engineering plans, specification, and details (“Task Order”). Contractor shall perform the Work in accordance with each Task Order issued by the City and the terms and conditions of this Agreement. The City may issue an amended Task Order or change order to address any changes in the Work to be performed after a Work Order has been issued. The Task Orders will be based off the Engineer’s Estimate, plus contingency, or an Estimate that the Contractor puts together. The method of determining project cost may vary, due to small- scale nature of the program, as smaller projects may not require a full Engineering Estimate. The Contractor shall adhere to the Schedule Specification 01 32 16, perform necessary material inspections, and facilitate the overall construction process, items of which will be identified on a Task Order basis. SECTION 3 CONTRACT TIME 3.1 Time is of the Essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Master Agreement. 3.2 Final Acceptance. For each Task Order issued to Contractor, the Work will be complete for Final Acceptance within the number of calendar days specified in the Task Order issued to Contractor after the date when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the Construction Contract. 00 52 43 - 3 Master Agreement Page 3 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 SECTION 4 CONTRACT PRICE 4.1 City shall pay Contractor for performance of the Work pursuant to the terms of this Master Agreement, per the pricing in Exhibit A, as amended, and the Contract Documents in the amounts identified in each Task Order issued by the City. Unless otherwise agreed in writing, such rates shall remain in effect except as adjusted pursuant to the terms of Section 4.2 below. 4.2 Annual Price Adjustment Based on the Producer Price Index. Contractor shall have the right, once annually on each anniversary of the Effective Date during the Term of this Master Agreement, to propose an amendment adjusting the pricing for the Work performed under this Master Agreement, to account for changes in the Contractor's cost to perform. (a) Index Used. The pricing adjustment shall be based on the net percentage change in the Producer Price Index ("PPI") for Final Demand, as published by the United States Bureau of Labor Statistics (Series ID: WPUFD4), or any successor index. Sixty days before the first anniversary of the Effective Date, the pricing change shall be based on the net change in PPI for the first ten months of the Term; for all subsequent anniversaries, the pricing change shall be based on the net change in PPI for the twelve month period ending sixty (60) days prior to the applicable anniversary date (the "Applicable Period"). (b) Calculation and Notice. Contractor shall notify the City, in writing, of the proposed adjustment at least thirty (30) days prior to the applicable anniversary date, including: 1. the relevant PPI values; 2. the percentage change over the Applicable Period; and 3. the revised rates or pricing reflecting that change. ( c) Cap on Annual Adjustment. Any annual adjustment shall not exceed a six percent (6%) increase over the prior year's rates, unless otherwise agreed in writing by both Parties. (d) No Retroactive Adjustments. The adjustment shall only apply prospectively from the effective date of the Adjustment and shall not apply retroactively to work performed or billed prior to such date. (e) Replacement of Index. If the specified PPI index is discontinued or substantially altered, the parties shall agree in good faith to a comparable alternative index published by a reputable source. 4.3 Limitation on Total Compensation. The total amount of all Task Orders issued to Contractor and to other contractors participating in the Program collectively shall not exceed Four Million Dollars ($4,000,000.00) over the Term of this Master Agreement. 4.4 Contractor shall not perform any Work for the City not specified by this Master Agreement unless the City issues a Task Order or a change order to the Task Order. The City shall not be liable for any additional expenses of Contractor not specified by this Master Agreement. 00 52 43 - 4 Master Agreement Page 4 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 4.5 Contactor shall submit invoices to the City no more frequently that one time every thirty (30) days for each Task Order issued to Contractor. Contractor shall submit a separate invoice to the City for each Task Order. 4.6 The City of Fort Worth has begun implementing an automated invoicing system. Contractor shall submit all invoices to the City after completing the final design. 4.7 The Contractor shall send invoices electronically to the City’s centralized Accounts Payable department invoice email address: supplierinvoices@fortworthtexas.gov,copying SSIPinvoicing@fortworthtexas.gov . This email address is not monitored by the City. Contractor should not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receive and process supplier invoices. 4.8 The Contractor shall include the following on the subject line of the e-mail: Contractor name, invoice number, and PO number, separated by an underscore (ex: Example, Inc., 123456, FW013- 0000001234) 4.9 To ensure the system can successfully process each invoice in an expedient manner, Contractor's invoices shall adhere to the following requirements: • All invoices must be in either a PDF or a TIFF format. • Image quality must be at least 300 DPI (dots per inch). • Invoices must be sent as an attachment (i.e., no invoice in the body of the email). • One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. • Contractor shall not send handwritten invoices or invoices containing handwritten notes. • Dot matrix invoice format will not be accepted. • The invoice must contain the following information: • Supplier Name and Address; • Remit to Supplier Name and Address, if different; • Applicable City Department business unit# (i.e. FW006) • Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); • Invoice number; and • Invoice date. • Invoices cannot be submitted until the goods or services invoiced have been delivered. 4.10 To prevent invoice processing delays, Contractor shall not send invoices by mail and email. Contractor shall not send the same invoice more than once by email to supplierinvoices@fortworthtexas.gov. To check on the status of an invoice, Contractor shall contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ_FIN_AccountsPayable@fortworthtexas.gov and CC SSIPinvoicing@fortworthtexas.gov 4.11 If Contractor is unable to send invoices as outlined above, Contractor must send invoices to the City’s centralized Accounts Payable department instead of directly to the individual City department. This will allow the City staff to digitize the invoice for faster processing. If electronic invoicing is not possible, The Contractor may send paper invoices to: City of Fort Worth Attn: FMS Central Accounts Payable / SSIP Program 00 52 43 - 5 Master Agreement Page 5 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 100 Fort Worth Trail Fort Worth, Texas, 76102 4.13 Contractor shall refer all questions related to invoicing to the Accounts Payable team at (817) 392-2451, or by email to ZZ_FIN_AccountsPayable@fortworthtexas.gov, copying SSIPinvoicing@fortworthtexas.gov. 4.14 The Contractor will not include Federal, State, or City sales tax in Contractor’s invoices. City will furnish a tax exemption certificate upon Contractor’s request. 4.15 The Contractor shall submit type-written or computer printed invoices to the City which include the Engineer’s name, address and telephone number, and identify the Task Order number, project number, the price contained in the Task Order, and the City’s issued purchase order and release number. 4.16 Acceptance by The Contractor of each payment shall release City from all claims or liabilities under this Master Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made, including any act or omission of City in connection with such Services. SECTION 5 TERM OF AGREEMENT; 5.1 Term. The term of this Master Agreement shall begin on the date signed by the City’s Assistant City Manager (“Effective Date”) and shall expire one year from the Effective Date (“Initial Term”), unless terminated earlier in accordance with the provisions of this Master Agreement. This Master Agreement may be renewed for four (4) additional one-year periods upon written agreement of the City and Contractor (each a “Renewal Term”). For any Task Order issued by the City during the Initial Term or a Renewal Term, Contractor shall continue to perform the Work included in the Task Order until Final Acceptance by the City regardless of the expiration of the Initial Term or Renewal Term and this Master Agreement shall be automatically extended until all Task Orders issued are complete by Contractor and the City has issued a Final Acceptance. SECTION 6 LIABILITY AND INDEMNIFICATION 6.1 TO THE FULLEST EXTENT ALLOWED BY TEXAS LAW, 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 MASTER AGREEMENT AND RELATED TASK ORDERS. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. THIS INDEMNITY PROVISION IS INTENDED TO INCLUDE, WITHOUT LIMITATION, INDEMNITY FOR COSTS, EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING 00 52 43 - 6 Master Agreement Page 6 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 AGAINST SUCH CLAIMS AND CAUSES OF ACTIONS. 6.2 TO THE FULLEST EXTENT ALLOWED BY TEXAS LAW, 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 MASTER AGREEMENT AND REL:ATED TASK ORDERS. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.3 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification obligations under this Section, such legal limitations are made a part of the indemnification obligation and shall operate to amend the indemnification obligation to the minimum extent necessary to bring the provision into conformity with the requirements of such limitations, and, as so modified, the indemnification obligation shall continue in full force and effect. 6.4 Contractor agrees to notify City promptly upon the receipt of any claim or lawsuit brought in connection with any injury, death, or damages related to Work performed under this Master Agreement. Contractor agrees to make its officers, representatives, agents, and employees available to City, at all reasonable times, for any statements and case preparation necessary for the defense of any claims or litigation for which City may be responsible hereunder. SECTION 7 INSURANCE REQUIREMENTS Contractor shall abide by the insurance requirements set forth in Exhibit D ("insurance Requirements"). Contractor shall notify the City at least sixty (60) days in advance of any changes in coverage or carriers. Contractor may not perform any Work unless it has at insurance coverage which meet or exceed the Insurance Requirements. SECTION 8 RIGHT TO AUDIT 8.1 Contractor agrees that the City shall, until the expiration of three (3) years after the termination or expiration of this Master Agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of Contractor involving transactions relating to this Master Agreement. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. 8.2 Contractor further agrees to include in any contractor and subcontractor agreements hereunder a provision to the effect that the contractors and subcontractors agree that the City shall, until the expiration of three (3) years after the expiration or termination of the contract or subcontract, have access to and the right to examine any directly pertinent books, documents, papers, and records of such contractor or subcontractor involving transactions of the contract or subcontract, and further that City shall 00 52 43 - 7 Master Agreement Page 7 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 have access during normal working hours to all contractor and subcontractorfacilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give the contractors and subcontractors reasonable advance notice of intended audits. SECTION 9 TERMINATION 9.1 Termination for Convenience. Termination for Convenience shall be as set forth in Division 00 72 00 of the City of Fort Worth Standard Construction Specification Documents, and, more particularly, Article 15 of that document, including its subsections. 9.2 Termination for Cause. Termination for Convenience shall be as set forth in Division 00 72 00 of the City of Fort Worth Standard Construction Specification Documents, and, more particularly, Article 15 of that document, including its subsections. 9.3 Fiscal Funding Out. Notwithstanding anything to the contrary, if, for any reason, at any time during the term of the Master Agreement, the Fort Worth City Council fails to appropriate funds sufficient for the City to fulfill its obligations under this Master Agreement, the City may terminate the portion of the Master Agreement regarding such obligations to be effective on the later of (i) ninety (90) calendar days following delivery by the City to Master Agreement of written notice of the City’s intention to terminate or (ii) the last date for which funding has been appropriated by the Fort Worth City Council for the purposes set forth in this Master Agreement. SECTION 10 LICENSES AND PERMITS 10.1 Contractor shall, at its sole expense, obtain and keep in effect all licenses and permits necessary for its operations and to perform the Work pursuant to this Master Agreement. 10.2 Contractor shall maintain its prequalification status with the City of Fort Worth for the Work to be performed pursuant to this Master Agreement. SECTION 11 NOTICES 11.1 All notices required or permitted under this Master Agreement may be given to a party personally or by mail, addressed to such party at the address stated below or to such other address as one party may from time to time notify the other in writing. Any notice so given shall be deemed to have been received when deposited in the United States mail so addressed with postage prepaid: CITY: CONTRACTOR: City of Fort Worth Wildstone Construction, LLC Development Services Department 12850 Highway 287 Attn: Jenna Lynn Henderson, Haslet, Texas 76052 Small-Scale Infrastructure Program 100 Fort Worth Trail Fort Worth, Texas 76102 With copies to: 00 52 43 - 8 Master Agreement Page 8 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 City Attorney’s Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 and City Manager’s Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Or to such other address as such party may hereafter designate by notice in writing addressed and mailed or delivered to the other party hereto. SECTION 12 NONDISCRIMINATION 12.1 Contractor shall not engage in any unlawful discrimination based on race, creed, color, national origin, sex, age, religion, disability, marital status, citizenship status, sexual orientation or any other prohibited criteria in any employment decisions relating to this Master Agreement, and Contractor represents and warrants that to the extent required by applicable laws, it is an equal opportunity employer and shall comply with all applicable laws and regulations in any employment decisions. SECTION 13 VENUE AND CHOICE OF LAW 13.1 Contractor and City agree that this Master Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Master Agreement, venue for such action shall lie in any state court of competent jurisdiction located in Tarrant County, Texas, or, for federal cases, the United States District Court for the Northern District of Texas – Fort Worth Division. SECTION 14 THIRD-PARTY RIGHTS AND ASSIGNMENTS 14.1 The provisions and conditions of this Master Agreement are solely for the benefit of the City and Contractor, and any lawful assign or successor of Contractor, and are not intended to create any rights, contractual or otherwise, to any other person or entity. 14.2 Contractor agrees that it will not subcontract or assign all or any part of its rights, privileges or duties hereunder without the prior written consent of the City, and any attempted subcontract or assignment of same without such prior consent of the City shall be void. 00 52 43 - 9 Master Agreement Page 9 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 SECTION 15 BINDING COVENANTS 15.1 Subject to the limitations contained herein, the covenants, conditions and agreements made and entered into by the parties hereunder are declared to be for the benefit of and binding on their respective successors, representatives and permitted assigns, if any. SECTION 16 INDEPENDENT CONTRACTOR 16.1 It is expressly understood and agreed that Contractor and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers shall operate as independent contractors as to all rights and privileges and work performed under this Master Agreement, and not as agents, representatives or employees of the City. Subject to and in accordance with the conditions and provisions of this Master Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City and its officers, representatives, agents, servants and employees, and Contractor and its employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Contractor or any employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers of Contractor. Neither Contractor, nor any officers, agents, servants, employees, contactors or subcontractors of Contractor shall be entitled to any employment benefits from the City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of employees, representative, agents, servants, officers, contractors, subcontractors, and volunteers. SECTION 17 AMENDMENTS, CAPTIONS, AND INTERPRETATION 17.1 Except as otherwise provided in this Master Agreement, the terms and provisions of this Master Agreement may not be modified or amended except upon execution of a written amendment to this Master Agreement executed by the Assistant City Manager and Contractor and filed with the City Secretary’s Office. 17.2 Captions and headings used in this Master Agreement are for reference purposes only and shall not be deemed a part of this Master Agreement. 17.3 In the event of any dispute over the meaning or application of any provision of this Master Agreement, this Master Agreement shall be interpreted fairly and reasonably, and neither more strongly for or against any party, regardless of the actual drafter of this Master Agreement. SECTION 18 GOVERNMENTAL POWERS AND IMMUNITIES 18.1 It is understood that by execution of this Master Agreement, the City does not waive or surrender any of its governmental powers or immunities. 00 52 43 - 10 Master Agreement Page 10 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 SECTION 19 AUTHORIZATION AND COUNTERPARTS AND ELECTRONIC SIGNATURES 19.1 By executing this Master Agreement, Contractor’s agent affirms that he or she is authorized by Contractor or its general partner to execute this Master Agreement and that all representations made herein with regard to Contractor’s identity, address, and legal status are true and correct. 19.2 This Master Agreement may be executed in several counterparts, each of which will be deemed an original, but all of which together will constitute one and the same instrument. A signature received via facsimile or electronically via email shall be as legally binding for all purposes as an original signature. SECTION 20 SEVERABILITY AND NO WAIVER 20.1 It is agreed that in the event any covenant, condition or provision herein contained is held to be invalid by any court of competent jurisdiction, the invalidity of such covenant, condition or provision shall in no way affect any other covenant, condition or provision does not materially prejudice either Contractor or City in connection with the right and obligations contained in the valid covenants, conditions or provisions of this Master Agreement. 20.2 The failure of either party to insist upon the performance of any term or provision of this Master Agreement or to exercise any right granted hereunder shall not constitute a waiver of that party’s right to insist upon appropriate performance or to assert any such right on any future occasion. SECTION 21 APPLICABLE LAWS 21.1 This Master Agreement is subject to all applicable federal, state and local laws, ordinances, rules and regulations, including, but not limited to, all provisions of the City’s Charter and ordinances, as amended. Services performed by Contractor shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Contractor’s work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Contractor or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Work. 21.2 If City notifies Contractor or any of its officers, agents, employees, contractors, or subcontractors, of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. SECTION 22 SOLE AGREEMENT 22.1 This Master Agreement, including any exhibits attached hereto and any documents incorporated herein, contains the entire understanding and agreement between the City and Contractor, and any lawful assign and successor of Contractor, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Master Agreement. 00 52 43 - 11 Master Agreement Page 11 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 SECTION 23 PROHIBITION ON BOYCOTTING ISRAEL 23.1 Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City 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” have the meanings ascribed to those terms by Chapter 2271 of the Texas Government Code. To the extent that Chapter 2271 of the Government Code is applicable to this Master Agreement, by signing this Master Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Master Agreement. SECTION 24 PROHIBITION ON BOYCOTTING ENERGY COMPANIES 24.1 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 that is to 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 this Master Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Master Agreement, by signing this Master 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 Master Agreement. SECTION 25 PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION INDUSTRIES 25.1 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 that is to 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. To the extent that Chapter 2274 of the Government Code is applicable to this Master Agreement, by signing this Master 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 Master Agreement. 26 PUBLIC INFORMATION ACT REQUESTS 26.1 Cooperation Required. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Master Agreement and Contractor agrees that the Master Agreement can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that 00 52 43 - 12 Master Agreement Page 12 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 subchapter. Contractor acknowledges that section 552.371 of the Texas Government Code applies to this Master Agreement if: (1) this Master Agreement, and specifically, the cumulative balance of all Task Orders have a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Master Agreement, and specifically, the cumulative balance of all Task Orders results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section 552.371 of the Texas Government Code applies to this Master Agreement, Contractor shall comply with section 5 Master 52.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Master Agreement as provided by the records retention requirements applicable to the City for the duration of the Master Agreement; (2) promptly providing the City any contracting information related to this Master Agreement that is in the custody or possession of Contractor on request of the City; and (3) on completion of the Master Agreement, either (a) providing at no cost to the City all contracting information related to the Master Agreement that is in the custody or possession of Contractor; or (b) preserving the contracting information relating to the Master Agreement as provided by the retention requirements application to the City. 26.2 Contractor's Confidential Information in the City's Possession. Notwithstanding any other provision in this Master Agreement, the Parties acknowledge that the City is required to comply with the Texas Public Information Act (“TPIA”)(Tex. Gov’t Code §§ 552.001 et seq.). Contractor may identify and mark any documents or information related to, governed by, or a part of this Master Agreement that it considers to be confidential or proprietary information as being “confidential.” Pursuant to the TPIA, if City receives a request for documents or information related to this Master Agreement which have been designated as confidential, City will respond in accordance with the procedures set forth in Section 552.305, including notifying Contractor of the receipt of the request. If Contractor desires to withhold documents from a requestor pursuant to an exception to the TPIA, Contractor may submit a brief and the documents at issue to the Texas Attorney General. The City shall not be obligated to submit the brief supporting those claimed exceptions on behalf of Contractor and nothing in this Master Agreement shall require City to institute or participate in any litigation relating to a TPIA request for documents that Contractor considers to be confidential. SECTION 27 IMMIGRATION NATIONALITY ACT 27.1 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Master 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 Master 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, CONTRACTORS, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Master Agreement for violations of this provision by Contractor. SECTION 28 REVIEW OF COUNSEL 28.1 City and Contractor, and if they so choose, their attorneys, have had the opportunity to review and comment on this document; therefore any rule of contract construction or interpretation that would normally call for the document to be interpreted as against the drafting party shall not 00 52 43 - 13 Master Agreement Page 13 of 14 CITY OF FORT WORTH 2024 Small-Scale Lighting Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 8, 2023 apply in interpretation of this Master Agreement, and each section, portion, and provision of this Master Agreement shall be construed solely on the basis of the language contained therein, regardless of who authored such language. SECTION 29 MINORITY BUSINESS ENTERPRISE COMPLIANCE The City’s Diversity and Inclusion Office has not set an MBE or WBE participation goal for this Master Agreement. This participation Goal is not a requirement as City Ordinance, Section 20-368 (d) does not apply. (SIGNATURES ON FOLLOWING PAGE) 00 52 43-14 Master Agreement Page 14 of 14 IN WITNESS WHEREOF, the parties have executed this to be effective on the dates set forth in Section 5 of this Master Agreement. CITY OF FORT WORTH Jesica L. McEachem Assistant City Manager Recommended: ::::,,Z)f: ,.;;-, D•ltonH1mill(Sep2,,202512:0S:S2CDT) D.J. Harrell, Director Development Services Department APPROVED AS TO FORM AND LEGALITY: Stephen M. Hines Senior Assistant City Attorney ATTEST: Jannette S. Goodall City Secretary M&C: 25-0567 Date: 06/24/2025 Form 1295: 2025-1308411 Contract Compliance Manager: CONTRACTOR Wildstone Construction, LLC John Kolb President By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including all performance and reporting requirements. Name: Victor V. Tomero, Jr. Title: Senior Capital Projects Officer CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 2024 Small-Scale Lighting Unit Price Construction Contract Various City Project Numbers 00 61 l3 - I PERFORMANCE BOND Pagc 1 of 2 EXECIIT�D IN TRIPLICATE 1 2 3 4 5 6 7 8 9 SECTION 80 61 13 PERF�RMANCE BOND Bond No. 10$315310 THE STATE �F TEXAS § § K1YOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Tttat we, _ Wildstone Construction, LLC __ , known as "Principal" herein and Travelers Casualty and Surety Com�y of America , a carporate surety(sureties, if more than one) duly authorized to da business in the State af Texas, known as 1D "Surety" herein (whether one or more), are held and firmly bound unto the City of Fott Worth, a 1 I municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal l2 sum of, Two Million &. OQ/100 Dollars 13 ($ 2,000,000.00 . ), lawful money of the United Statcs, to be paid in Fort Worth, 1� Tarrant County, Texas for the payment of which sum wel! and truly to be made, we bind ourselves, IS our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these IG presents. 17 WHEREAS, the Princi�al has entered into a certain written contract with the Gity awarded 18 the �'y� day of ��_ , 20�which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set %rth herein, to furnish all materials, equi}�ment labor and other 20 accessories defined by law, in the prosecution of the Work, inc�uding any Change Orders, as 21 provided for in said Contract designated as the 2024 Smai�-Scale Infrastructure Unit Price 22 Construction Contract, Various City Project Numbers. 23 NOW, THEREFOR�, tt�e condicion of titis obligation is such that if the said Princi}�al 24 shall faithfully perform it obligations under the Contract and shali in ail respects duly and faithfully 25 perform the Wark, including Changc Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension af the Contract that may be granted on the part of the City, then this obligatian shall be 28 and become null and void, otherwise to remain in full force and effect. 29 30 PROVIDED FURTHER, that ifany legal action be fled on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FpRT WORTH STANDARD COIVSTRUCTION SPEC[F[CATIOiY DOCUM�NTS Revised December S. 2023 Smalk-Scate Infrastrucwre Program Unit Pnce Construcuon Cantract for tNiscellancous Se�rer Pra�ects Vanous Project Numbers 0{7b113-2 PERFORMANlCF BOND Page 10!2 1 This bond is made and executed in compliance with the provisians of Chapter 2253 of the 2 Texas Governm�nt Code, as amended, and all �iabilities on this bond shall be determiRed in 3 accordance with the provisions of said sta#ue. 4 IN WITNESS WHEREOF, the Principal and the Surety ha�e SIGNED and SEALED this 5 instrument by duky authorized agents and oi'ficers on this the �Y � day of ��' 6 , zo Z� � S 9 10 li 12 13 ATTEST: 14 i5 16 (Principal) Secretary 17 18 ]9�,�` ' . Za zi 22 itness as to Principal . 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 Witness as to Surety ade Ailie 38 39 PRINC[PAL: Wildstone Cc BY: � ��� Name and itle Address: 12850 Li5-2$7. Fort Worth, TX 76052 „_„ 5!1 RETY: Travelers Casual pnd Sure � Com an of America BY: �C_� .I�. Signature Sean 1 McCauley )r., Attomey-in-Fact �Vame and Title Address� One Tower Square �-lar3�'ard. C�t� C�bd83 Telephone Number: 1-800-328-2189 Email Address: bonds mccauley�onds.com 40 *Note: If signed by an officer of the Surety Campany, there must be on file a certified extract 4t from tt�e by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its tnailing address, both must be provided. 43 The date of the bond shaEl not be prior to the date the Cantract �s awarded. 44 CiTY 0� FQRT WARTH STANDAAD CONSTAUCTION 3P@C[FICATION pOCUMEiY7'S Rev�sed Dccember 8, 2023 Small-Scalc Infrastructure Program Elnit Price Constreiction Contract fnr M�scellaneous Sewer Projects Vanous Project [Vumbcrs oo6i ia- i PAYMENTBONP Page 1 of 2 I 2 3 4 5 6 THE STAT� OF TEXAS CQUNTY OF TARRANT �XECUTED IN TRIPLICATE SECTION 00 G1 14 �AYMENT BOND Bond No. 108315310 § § KNOW ALL BY TH�SE PRESENTS: § 7 That we, Wildstone Construction, LLC , known as 8 "Principal" herein, and Travelers Casualty and 5urety Cvmpany of America _ , a 9 carporate surety (sureties}, duly authorized to do business in the 5tate of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City nf Part Worth, a municipal I! corporatian created pursuant to the laws af the State of Texas, known as "City" herein, in the penal 12 sum of �'wo Million & 00/100 Dol�ars 13 ($_2,000,440.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment af which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, frmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 ,�day of ��l ,� , 2p Lr, which Contract is hereby referred to and made i4 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Cantract and designated as 2024 Small-Scale Infrastructure Unit Price Construction Contract, 22 Various City Projeck Numhers. 23 24 25 26 27 NOW, THEREFORE, THE CONDITIQN OF THiS OBLIGATION is such that iF Principal shall pay all monies owing to any (and all} payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligatian shail be and become null and void; otherwise to remain in full farce and effect. 28 This band is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Govemment Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 C[TY OF FpRT WORTH SmaU-5tale lnfrastnicture Program Unrt Price Construcuon Coniract for Miscellaneaus Sewer Pro�ecu STANDARD CONSTRUC'1'[ON SPECIFICATION DOCUIuSENiS Vanous Projecl Numbers Rev�sed Dectmber B, 2623 0061 14-2 PAYIufENT BON� Page 2 of 2 � IN WITNESS WH�REOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the ,�y� day of _3 t�+V d� .._ , 20 t� . � ATT�ST: PRiNC(PAL: BY: Signature —^��—.--- _ �� �� Na e and i Addres5: o �Rsn �_}a� (Pr'ncipal) Secretary ' .ess as to Principal S 5 7 8 9 FO W l2 Fort wonn, �rx �6os2 SURETY: Travelers Casualty and Surety Company of America ATTEST: BY: �[_ I , J r. Signature I Sean J McCeulev Jr.. Anornev-in-Fact {Surety} L�am Hacken, wimess Name and Title � Address: Qne Tower Square, �_ Hartford, CT 06 ! 83 ___ Witness as to Surety Cade Allie TeIe�hone Number; t-8no-32s-2�89 Email Addl'e5s: bonds(n�mccauleybonds.com Note: If signed by an officer of the Surety, there must be an file a certified extract from the bylaws showing that this person has authority to sign such obligation. ]f 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 CTl`Y OF FORT W4RTH STANpARD CONSTRUCTIOiY SPECEFICATIOiV DOCilMENTS Reviscd UeceMber 8, 2023 Small-Scnle inirastructure Program Unit Price Construcl�an Cantrnct Por Miscellancous 5ewer Yrojcets Vanous Pm�ect Numbers OObI 19-1 MAIiVTENANCE BOND Page 1 of 3 EXECI'7'�D M TItIPLiCA'I'E I 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 SECTION 00 61 19 MAINTENANCE B�ND BondNo. 108315310 THE STATE �F TEXAS § § KN�W ALL BY THESE PRESEIYT$: COUNTY QF TARRANT § That we Wildstooe Construction� LLC kllowp a5 "Arincipal" herein and Trsvelers Casual�y ancf Surety Company of America , a corporate surety (sure#ies, ifmore than one) duly authorized to do business in the State ofTexas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Ciry of Fort Worth, a municipal corporation created pursuant to ihe laws af the State of Texas, known as "City" herein, in the sum of '1'wo Million & 00/106 Dolia[5 {$ 2,000,OOO.bO ), lawful money of the United States, to be paid in Fnrt Worth, Tarrant County, Texas, for payment of which sum well and truly be rr�ade unto the City and its successors, we bind oursel�es, our heirs, executors, administrators, successors and assigns, jointly and severally, firmiy by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the Ciry awarded 18 the��ay of c.l'''rlli�c , 20�, which Contract is hereby 19 referred to and a made part hereof far all purposes as iFfutly set forth herein, to fumish all materiafs, 20 equipment labor and other accessories as defined by Iaw, in the prosecution ofthe Work, including 2t any Wark resutting from a duly authorized Change Order (collectively herein, t�e "Work") as 22 provided for in said contract and designaked as 202a Small-Scale Infrastructure lJnit Price 23 Construction Contract, Various City Project Numbers; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct tite Work in 26 accordance with the plans, specif cations and Contract Documents #hat the Work is and wil� remain 27 free from dcfects in materials or workmanship for and during the perivd of two {2) years after the 28 date of Final Acceptance of each task order by the City {"Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 3t receiving notice from the City of the r�eed titerefor at any time within the Maintenance Period. 32 CITY OF FORT WORTH Small-Scale lnfrsslruslurc Progmm Unit Price Cw�struction Contract for Miscellaneous Sewer Prajects STAN�ARD CONSTRUCTIOiV SPECiFICATION DOCLfMSEIYTS Vanous Projcet Numbers Rev�sed Qecember 8, 2023 oobi i9-z iNAINTENANCE BOND Page 2 of 3 1 NOW THERE�4RE, the condition of this obiigation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by Ciry, ta a completion satisfactory ta 3 the City, then this obligation shal] become null and void; otherwise to remain in fuli force and � effect. S 6 PROVIDED, HOWEV�R, if Pr�nci�al shalt fail so ta repair or reconstruct any timely 7 noticed defeciive Wark, it is agreed that the City may cause any and all such defective Wark to be 8 repaired and/or reconstructed with all associated costs thereof being barne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 12 13 ]4 15 16 17 18 19 PR�VIDED Fi1RTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the NoRhern District of Texas, Fort Worth Di�ision; and PROVIDED FURTH�R, that this obligation shall be continuous in nature and successive recoveries may be had �ereon far successive breaches. CITY OF FpRT WORTH STANDARD CONISTRUCTIOAE SPEC[F[CAT[ON DOCUMEiVTS Revised Fhcembcr 8, 2p2} Small-Scale Infrast[ucture Program Unit Pr�ce ConstrucUon Contraot for MiscelEaneous 5ewer Projects Various Projecl Numbers OOGI l9-] iNAWTENANCE BOND Page 3 of 3 i IN WITNESS WA�REOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this t�e �� . day of ,,�� 3 , 2�,�'�. S 6 7 $ 4 10 11 12 13 14 15 16 17 �� 19 20 21 22 23 24 25 2G 27 28 29 3U 31 32 33 34 35 36 37 38 39 ao 41 42 ATTEST: (Principal) Stcretary I� , i5 �I � itness as to Pr ipa! Ai 'E 'T: � � (Surety} ��� Liam Hackeit, Witness � �i't�3`s a�S�'et�I1C PR[NCiPAL: i; ���.r� � �r �,. 'a '� J Address: I2850 US-287. Fort WoHh '!'X 76032 SURETY: Travelers Casualty and 5urety Company of America BY: `G � l . I r. � � Sean J McCeuley Jr., A��omey-in-Fa�l Name and Title Address: Qp��'ow�er uare. _ _ Harlford, CT 061$3 Telephone Number: 1=806-32&2189 Email Address: bondsCu�mccau�evhonas.wm *Note: lf signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date af the bond s�al1 nvt be prior to the date the Contract is awarded. Cri'Y OF FOAT WORTH STANDARD CONSTRUCT[OAE SPECEF{CATION DOCUMENTS RevEscd L)ecernber 8, 20Z3 Small-Scale InfrastrucEure Program Un�t Price Cvnstruction Contrecl far Miscellaneous 5ewer Proaecls Var�ous Projcct Numbers rRavEiFRs' �'` Trar+elers Casualty and Surety Company of America Trarrelers Casualty and Surely Company St. Paul Fire and Marine Insurance Company POWER dF ATTORNSY KNOW ALL MEN BY THE3E PRESENT3 Thal Travelers Casua[ry and Sureiy Company oi America, Travelers Casually and Surery Company, and St Paul Fire and Marine fnsutance Company are corporations duly organixed under the faws ot the Stale o( Conr►ectiwt (herein c:olleCtiveiy Called the "Companies"�, and that the Companies do hereby make, conslltute and appolnl SEAN J MCCAULEY JR of ���s , 7exas , their true and lawful Aqomey{a)-In-Fact to sign, execute, seal and acknowledge any and a!1 bonds, reoognizanoes, conditianaf undertakings and other writings obligatary in the nature Ihereof on behalT oi the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contrads and execuiing or gueranteaing bonda and undertakings required or permitted in any actions o� procesdings aElowed by law. IN YYITNES$ WHEREOF, the Companies have caused this Instrument to he signed, and their corpotate seals to be hereto affuced, this 21at day ot April, 2021. 3 �� �*`'7µo � �������� � C�� � . �� � . e . �'�` 4 State oi Conneclicut City of FEaMiord ss. By: RobeA L. Ran , eniar Vice Presidenl Qn tt�is the 21st day of April. 2p21, before me personal�y appeared Robart L. Raney, who acknowledged himself to be tha Senlor Vlce Preaident af each of the Compsnies and that he, as such, being aulhorized so to do, exewted the Toregoing inslrument for the purposes thereln confafned by signirg on behalf of said Companies by himsel( as a duiy authorized officer r"�" IN VYITFEE88 WHEREOF, I hereunto seE my hantf and oitiGai seal. ��iiG�.+�L My Commission expires ihe 30th day of June, 2026 • µ.� " P0°"� Anna P. Nowik, Notary PublfC This Power of Attomey is granled under and by ihe authority of the following resolut�ons adopted by lMe 8oards of Directors ot each of ihe Companles, which resolut ons are now in tuN force and effect, reading as fallows: RESOLVED, that the Chairmah, tite President, any Vice Chairman, any E�cecutive Vice President, any Senior V€ce President, any Vice Presldent, any Second �ce President, the Treasurer, any Assistant Treasurer, the Corporate 5ecretary or any Assistant Secretery may appoint Altomeys-in-Fact and Agents lo aci far and on behalf of the Company and may give such appoEntee such aulharity as hts or her cerli8cate of authority may preacxibe to sign with the Companys name and sesl with the Comparry's seal bands, reoognizances, conlracts of indemn9ty, and pther wriqngs obllgatory in Ihe nature of a bond, recognizar�ce, ar condilional undertakEng, and any of said officers or the Board ot �irec#ors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVEd, ttiat the Chairman, Ihe President, any Vice Chalrman, any �xecuGve Vice President, any Senior Vice Preaidem or any Yoe Preslder�t may defegate aA or any paR of the foregoing authority to ane or more oHicers or employees oi this Company, provided thal each such delegation is in writing and a capy thereoi is filed in the oHice ot ttre 5ecretary; and i1 is FURTFtER RESQLVED, Ihat any bond, recognizance, contraCt of indemnEty, or wriling obligalory En the na#ure of a bond, recognizance, or conditlonal undertaking shall be vatid and bfnding upon ihe Company when (a) signeB by !he President, any Vice Chalrman, any Executive Vice President, any Senlor Yce President or any Vioe President, any Second �ce president, the Treasurer, any Rssistant Treasurer, Ihe Carporate Secretary or any Assistant 5ecretary and duly attested and sealed wilh the Company's seal by a Secretery or Assislant Secretary; or (b) duly executed (under seal, if requfred) by one or more Attomeys-in-Fact and Agents pursuant lo the power prescribed in his or her certificate or their cerlificates of aulhority or 6y one or more Company ofGCers pursuant to a wrttten delegation of authariiy; and it is FURT#iER RESOLVHD, Ihat the slgnature of each oi the tollowing ofl8cers: President, any Execulive Vice Presidenl, any Sertiar Vice President, any Yce Presider�t, any Assistant Vioe Prealdent, any Secretery, any Assistant Secretary, and the seal of the Comparry may be affixed by faCs(mlle to any Power of Atiomey or to any certirtcale relating lhereto appoinling Resident �ce Presidents, Resident Assistant Secre#aries or Attomeys•in- Facl for purposes only of executing and altesting bonds and undertakings and att�er writings obligatory !n tite nature therept, and any such Power of Attomey or ceAiBcate bearing such facslml�e signeture or facsimile aeal ahall be valid and binding upon Ihe Company and any s�ch pawer 8o executed and certified by such facsimi�e signature and facsimile seal shafl be valid and bindfng on lhe Company in Ihe future with respect to amr bond or understanding to which it is attactied. I, Kevin E. Nughea, the underslgned, AssisEant Secretary of eacii of the Companies, do hereby cerlify that the above and foregoing is a true and correct copy of Ihe Powoer af Attorney executed by said Companies, which remains In fuil force ar►d a(fect. �ated this day of , , �IMNMIY ��'4'0 � �, � ���� �a �, � ; ��• '� s, . .�`� � • t.r f ��*�a�„-� Kevin E. Hughes, Ass cant Secratary To venllj�dteaamienHd[yofthlsPowerofAttornay, p/easerallusatl 80D,411-3B8p. P/esss relier tiv the s6ovs-named Atforney(sj-/o-FAct snd the dalalls of fha bond tiv rs�hlch th/s Power orAKorney is attached. Tex�cs Depardment of Insurance Certiticate of Authoritq Oeruf ca�e No. 115 6 2 �s is -ra �Tri'�t Txar �;�,_ '�,t�^� ::� � ��� Cat�tpaa�r No. Q 8-0 Q 52 X 7 �v TRAVELERS CASUALTY AND SURETY COi�ANY OF AMFRICA HARTFQRD, CDNNECTxCUT hss oaeeplled with IhC 1swS �f tha Stato of itxas applicablt then�o mnd is txtr�y awt�o� [Q u�sa�i ti� �si�ne,ss o! �'ire: Aliied Caverages; Hai�—g�owit�g crops only; Rain; Inland Mar�ne; bcean Mari.n�s Aiaccraft---Li�biJ.ity & �hysica� Damage; v�orkers' Coiapensation & Employexs' Liabiliey; Empl.oyers' Li�b:Llity; Automob3le---Liabi].iCy s Pnysical Damage; Liabil3ty other than Autamobi�].e; �idality � Surety; Glass; Burglary & mheft; Forg�ry; Boiler � Mac�iinery; Credit; Livestock and Reiasuranee on all lines authoxized �o be written on a dir8ct basis insurdap� wirhin tl�e s�ata of T4xas. 'll�is Certificatc ai Aud�ority si�all be in full forct and c��ct untit it is rovoked, canceled or suspettded acca�dirxg to law. iN'TE,ST'IIKpNY Wii�RFAF, wimass my haud and se�i OS ofAoe at Auatin. Texss. d�[s ls� � pE Ju1 A,D. 199� FLTDN B011�.R c01NMIS�ONER OF I�ISURANC� � � 8� A. WiloDx DiiheCUO� leauror Sorvice� IMPORTANT NOT�CE 70 obtain information or make a complaink: You may Ca11 Tra�elers Casualty and Surety Company o� America and its a4`filiates' toEl-free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of Insurance to obtain information on com�anies, coverages, rights or complaints at: 1-600-2b2-3439 You may write the 7exas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htf��yvw�x.ts�i.stat�-tx,us E-mail: �onsum�rPr�tection{d�;�i.s3ake.bc us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your Agent or Tra�elers first, If the dispute is not resolved, you may contact the 7exas Departme�k of fnsurance. A'�TACH THIS NQTlCE TO YOUR BOND: T�is notice is for information aNy and daes not becorr�e a part or condition of t#te attached document and is given ta comply with Texas legal and regulatory requirements. �PN-042-B) Ed.70.18.07 DATE(MM/DDIYYYY) A�� �� CERTIFICATE OF LIABILITY INSURANCE 8/1/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement�s). PRODUCER CONTACT NAME: Ryan Bradley The Baldwin Group Southwest LLC PHONE Fax 2255 Ridge Rd, Ste 333 a�c r,o eXt : 9�2-��1-4071 aic No : 972-771-4695 Rockwall TX 75087 nooR�ess: certs2.southwest@baldwin.com INSURER(S�AFFORDING COVERAGE INSURED Wildstone Construction, LLC 12850 Hwy 287 Haslet TX 76052 COVERAGES CERTIFICATE NUMBER:2025245056 wsuReR,a: EMCASCO Insurance iNsuReR s: Employers Mutual Ca: INSURER C : INSURER D : INSURER E : REVISION NUMBER: NAIC # 21407 21415 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR pOLICY NUMBER MM/DD YYYY MMLDDIYYYY LIMITS LTR A X COMMERCIALGENERALLIABILITY 6D74230 7/29/2025 7/29/2026 EACHOCCURRENCE $1,OOQ000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence $ 500,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $2,000,000 POLICY � jE � � LOC PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILELIABILITY 6E74230 7/29/2025 7/29/2026 COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ B X UMBRELLALIAB X OCCUR 6J74230 7/29/2025 7/29/2026 EACHOCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X RETENTION $ $ g WORKERSCOMPENSATION 6H74230 7/29/2025 7/29/2026 X PER OTH- AND EMPLOYERS' LIABILITY Y� N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? � N�A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Contractors Equipment 6C74230 7/29/2025 7/29/2026 Leased/Rented Equip $800,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) General Liability and Business Auto Liability policies include blanket automatic additional insured endorsements that provide additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. General Liability and Business Auto Liability policies contain an endorsement with "Primary and Noncontributory" wording. General Liability, Business Auto Liability and Workers Compensation policies include blanket automatic waiver of subrogation endorsements that provide this feature, only when there is a written contract between the named insured and the certificate holder that requires it. *ALWAYS REFER TO THE POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS AND EXCLUSIONS. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Development Services Department Small-Scale Infrastructure Program ALITHORIZEDREPRESENTATIVE 100 Fort Worth Trail ��� Fort Worth TX 76102 �O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION CONTRACT OR AGREEMENT INCLUDING COMPLETED OPERATIONS - PRIMARY AND NONCONTRIBUTORY This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of: a. your ongoing operations for the additional insured; or b. "Your work" for the additional insured and included in the "products — completed operations hazard". However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury," "property damage" and "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by the insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary and Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. a. The preparing, approving, or failing to prepare E. All other terms and conditions of this policy remain or approve maps, shop drawings, opinions, reports, unchanged. CG7174.3(10-13) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ELITE EXTENSION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The BUSINESS AUTO COVERAGE FORM is amended to include the following clarifications and extensions of coverage. With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE Section I— Covered Autos Paragraph C. Certain Trailers, Mobile Equipment, and Temporary Substitute Autos is amended by adding the following: If Physical Damage Coverage is provided by this coverage form for an "auto" you own, the Physical Damage Coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of breakdown, repair, servicing, "loss" or destruction. The coverage provided is the same as the coverage provided for the vehicle being replaced. B. BLANKET ADDITIONAL INSUREDS The Who Is An Insured provision under Section II — Covered Autos Liability Coverage is amended to include the following as an "insured": 1. Any person or organization whom you have agreed in a written contract or agreement to name as an additional "insured" under your "auto" Policy to provide "bodily injury" or "property damage" coverage, but only with respects to liability arising out of the use of a covered "auto" you own, hire or borrow and resulting from the acts or omissions by you, any of your "employees" or agents. The insurance afforded to such additional "insured" will not be broader than that which you are required to provide for such additional "insured" and applies only to a written contract executed prior to the "bodily injury" or "property damage" and is still in force at the time of the "accidenY'. 2. With respect to the insurance afforded to the additional "insured" described above, the following is added to Section — C. Limit Of Insurance Covered Autos Liability Coverage: (2) Available under the applicable Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations; whichever is less. C. EMPLOYEES AS INSUREDS The following is added to the Section II — Covered Autos Liability Coverage, Paragraph A.1. Who Is An Insured provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EMPLOYEE HIRED AUTOS 1. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes In General Conditions Paragraph 5.b. of the Other Insurance in the Business Auto Coverage Form is amended by the addition of the following: For Hired Auto Physical Damage Coverage any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: The most we will pay on behalf of the additional Any organization which you acquire or form after "insured" is the amount of insurance: the effective date of this Policy in which you (1) Required by the written contract or maintain ownership or majority interest. However: agreement described above, or CA7450(09-24) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 5 (1) Coverage under this provision is afforded only up to 180 days after you acquire or form the organization, or to the end of the Policy period, whichever is earlier. F. SUBSIDIARIES AS INSUREDS Section II — Covered Autos Liability Coverage, A.1. Who Is An Insured is amended by adding the following: Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this Policy. However, "insured" does not include any subsidiary that is an "insured" under any other automobile liability Policy or was an "insured" under such a Policy but for termination of that Policy or the exhaustion of the Policy's limits of liability. G. SUPPLEMENTARY PAYMENTS Section II — Covered Autos Liability Coverage, A.2.a. Coverage Extensions, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to $5,000 for (including bonds violations) required we cover. We do bonds. the cost of bail bonds for related traffic law because of an "accidenY' not have to furnish these (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. H. FELLOW EMPLOYEE COVERAGE In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by workers compensation exclusivity rule, or similar protection. The following provision is added: Subparagraph 5. of Paragraph B. Exclusions in Section II — Covered Autos Liability Coverage does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. I. TOWING AND LABOR Section III — Physical Damage Coverage, A.2. Towing And Labor is replaced with the following: We will pay for Towing And Labor costs incurred, subject to the following: a. Up to $100 each time a covered "auto" that is a private passenger type is disabled; or b. Up to $500 each time a covered "auto" other than the private passenger type is disabled. However, the labor must be performed at the place of disablement. J. LOCKSMITH SERVICES Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto" deductible is waived for these services. K. TRANSPORTATION EXPENSES The Section III — Physical Damage Coverage, A.4. Coverage Extensions Subparagraph a. Transportation Expenses is replaced by the following: (1) We will pay up to $75 per day to a maximum of $2,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the Policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". (2) If the temporary transportation expenses you incur arise from your rental of an "auto" of the private passenger type, the most we will pay is the amount it costs to rent an "auto" of the private passenger type which is of the same like, kind and quality as the stolen covered "auto". L. ELECTRONIC EQUIPMENT COVERAGE ADDED LIMITS All electronic equipment that reproduces, receives or transmits audio, visual, or data signals in any one "loss" is $5,000, in addition to the sublimit in Paragraph C.1.b. of the Limits Of Insurance provision under Section III — Physical Damage Coverage. M. HIRED AUTO PHYSICAL DAMAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision Coverage is provided for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you lease, hire, rent or borrow is deemed to be a covered "auto" you own, subject to the following limit and deductible: (1) The most we will pay for loss to any leased, hired, rented or borrowed "auto" is the lesser of up to a limit of $100,000, Actual Cash Value or Cost of Repair, minus the deductible. (2) The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. (3) Subject to the above limit and deductible provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will pay up to $1,000, in addition to the limit above, for Loss Of Use of a hired auto to a leasing or rental concern for a monetary loss CA7450(09-24) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 5 sustained, provided it results from an "accident" for which you are legally liable. However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". N. AUTO LOAN/LEASE GAP COVERAGE Section III — Physical Damage Coverage Paragraph A.4. Coverage Extensions is amended by the addition of the following: Autos of the private passenger, light or medium trucks that are loaned or leased for a period of six months or longer and which have been provided Physical Damage Coverage is a covered "auto" under this Policy for which a premium charge has been made for Comprehensive, Specified Cause of Loss, or Collision Coverage. We will pay any unpaid amount due up to a limit of $10,000 on the lease or loan for a covered "auto", including up to a maximum of $500 for early termination fees or penalties, on the lease or loan for a covered "auto", less: 1. The amount paid under the Policy's Physical Damage Coverage; and 2. Any: a. Overdue or any deferred lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. The insurance provided by this Auto Loan/Lease Gap Coverage is excess over any other collectible insurance including but not limited to any coverage provided by or purchased from the lessor or any financial institution. O. PERSONAL PROPERTY OF OTHERS Section III — Physical Damage Coverage, A.4. Coverage E�ctensions is amended by adding the following: We will pay up to $500 for loss to Personal Property Of Others in or on your covered "auto" in the event of a covered "auto" loss. No deductibles apply to this coverage. P. PERSONAL EFFECTS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage E�ctensions is amended by adding the following: We will pay up to $500 for "loss" to your Personal Effects not otherwise covered in the Policy or, if you C� R. are an individual, the Personal Effects of a family member, that is in the covered auto at the time of the "loss". For the purposes of this extension Personal Effects means tangible property that is worn or carried by an insured including portable audio, visual, or electronic devices. Personal Effects does not include tools, jewelry, guns, money and securities, or musical instruments. EXTRA EXPENSE FOR STOLEN AUTO Section III — Physical Damage Coverage, A.4. Coverage E�ctensions is amended by adding the following: We will pay up to $1,000 for the expense incurred returning a stolen covered "auto" to you because of the total theft of such covered "auto". Coverage applies only to those covered "autos" for which you carry Comprehensive or Specified Causes Of Loss Coverage. RENTAL REIMBURSEMENT EXPENSES Section III — Physical Damage Coverage, A.4. Coverage E�ctensions is amended by adding the following: 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. We will pay for Rental Reimbursement Expenses incurred by you for the rental of an "auto" because of "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 3. We will pay only for those expenses incurred during the Policy period beginning 24 hours after the "loss" and ending, regardless of the Policy's expiration, with the lesser of the following number of days a. The number of days reasonably required to repair or replace the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses incurred; or b. $75 per day, subject to a$2,250 limit. 5. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 6. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your Rental Reimbursement Expenses which is not already provided for under the Physical Damage — Transportation Expense CA7450(09-24) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 5 Coverage Extension included in this endorsement. 7. Coverage provided by this extension is excess over any other collectible insurance and/or endorsement to this Policy. S. VEHICLE WRAPS COVERAGE Section III — Physical Damage Coverage, A.4. Coverage Extensions is amended by adding the following: Vehicle Wrap 1. This coverage applies only to a covered "auto" for which Physical Damage Coverage is provided on this Policy. 2. For loss solely to a"vehicle wrap" attached to a "covered auto" and damaged as a result of a covered Physical Damage "loss", coverage is provided up to the lessor of the cost to repair, replacement cost or the original purchase cost of the vehicle wrap, whichever is less, up to $2,000 without a deductible. 3. All other "vehicle wrap" losses exceeding $2,000 are subject to the policy Physical Damage Coverage, deductibles, and policy terms and conditions. As used herein, "vehicle wrap" means a vinyl graphic applied directly over the original paint of the vehicle for advertising or promotional purposes. This coverage does not apply to wear and tear. T. AIRBAG COVERAGE Section III — Physical Damage Coverage, B.3.a. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this Policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. U. NEW VEHICLE REPLACEMENT COST The following is added to Paragraph C. Limit Of Insurance of Section III — Physical Damage Coverage In the event of a total "loss" to a covered "auto" you own of the private passenger type or vehicle having a gross vehicle weight of 20,000 pounds or less, to which this coverage applies, we will pay to replace such covered "auto", minus any applicable deductible shown in the Declarations, at your option: a. The verifiable new vehicle purchase price you paid for your damaged vehicle, not including any insurance or warranties. b. The purchase price, as negotiated by us, of a new vehicle of the same make, model, and equipment, or most similar model available, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. c. The market value of your damaged vehicle, not including any furnishings, parts, or equipment not installed by the manufacturer or their dealership. We will not pay for initiation or set up costs associated with a loans or leases. For the purposes of this coverage extension a new covered auto is defined as an "auto" of which you are the original owner that has not been previously titled which you purchased less than 180 days prior to the date of loss. V. LOSS TO TWO OR MORE COVERED AUTOS FROM ONE ACCIDENT Section III — Physical Damage Coverage, D. Deductible Subparagraph 2. is replaced by the following: 2. Regardless of the number of covered "autos" damaged or stolen the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or Mischief or Vandalism; or b. All Perils c. Collision Will be equal to two times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive, Specified Causes of Loss or Collision Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". W. GLASS COVERAGE Section III — Physical Damage Coverage, D. Deductible is amended by the addition of the following: If the Comprehensive Coverage applies to the covered "autos", no Comprehensive Coverage Deductible applies to the cost of repairing damaged glass on the covered "auto(s)". A$500 deductible applies to the cost of replacing damaged glass on the covered "auto(s)". X. PHYSICAL DAMAGE DEDUCTIBLE — VEHICLE TRACKING SYSTEM Section III — Physical Damage D. Deductible is amended by adding the following: Comprehensive Coverage Deductible shown in the Declaration will be reduced by 50% for any "loss" caused by theft of the vehicle when equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. Y. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS Section IV — Business Auto Conditions, A.2. Duties In The Event Of Accident, Claim, Suit Or Loss is amended by adding the following: Your obligation to notify us promptly of an "accidenY', claim, "suiY' or "loss" is satisfied if you send us the required notice as soon as practicable after your Insurance Administrator or anyone else designated by you to be responsible for insurance matters is notified, or in any manner made aware, of an "accidenY', claim, "suiY' or "loss". Z. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY CA7450(09-24) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 5 Subparagraph 5. of Paragraph A. Loss Conditions of Section IV — Business Auto Conditions is deleted in its entirety and replaced with the following. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, we waive any right of recovery we may have against any person, or organization with whom you have a written contract, agreement or permit executed prior to the "loss" that requires a waiver of recovery for payments made for damages arising out of your operations done under contract with such person or organization. AA. PRIMARY AND NONCONTRIBUTORY — OTHER INSURANCE CONDITION Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance c. is replaced by the following: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your Policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". However, coverage does not apply to any "auto" leased, hired, rented or borrowed in your Motor Carrier Operations and any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". AB. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Business Auto Conditions, B.2. Concealment, Misrepresentation, Or Fraud is amended by adding the following: If you unintentionally fail to disclose any exposures existing at the inception date of this Policy, we will not deny coverage under this Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. AC. MENTAL ANGUISH Section V— Definitions, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. AD. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CA7450(09-24) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 5 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY ELITE EXTENSION - TEXAS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended to include the following clarifications and extensions of coverage. The provisions of the Coverage Form apply unless modified by endorsement. A. EXPECTED OR INTENDED INJURY Section I— Coverage A, Exclusion a. is amended as follows: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. B. NON-OWNED WATERCRAFT Section I— Coverage A, Exclusion g.(2) is amended as follows: (2) A watercraft you do not own that is: (a) Less than 60 feet long; and (b) Not being used to carry person(s) or property for a charge; C. EXTENDED PROPERTY DAMAGE COVERAGE Section I— Coverage A, Exclusions j.(3) and (4) is amended to add the following: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to perform operations at the time of loss. SCHEDULE Limits Of Insurance Deductible $5,000 Each Occurrence $250 Per Claim $10,000 Annual A re ate a. The each occurrence limit listed above is the most we will pay for all damages because of "property damage" to property in the care, custody and control of or property loaned to an insured as the result of any one "occurrence", regardless of the number of: (1) insureds; The aggregate limit listed above is the most we will pay for all damages because of "property damage" to property in the care custody and control of or property loaned to an insured during the policy period. Any payment we make for damages because of "property damage" to property in the care, custody and control of or property loaned to an insured will apply against the General Aggregate Limit shown in the declarations. b. Our obligation to pay damages on your behalf applies only to the amount of damages in excess of the deductible amount listed above. We may pay any part or all of the deductible amount listed above. We may pay any part or all of the deductible amount to effect settlement of any claim or "suiY' and upon notification by us, you will promptly reimburse us for that part of the deductible we paid. c. If two or more coverages apply under one "occurrence", only the highest per claim deductible applicable to these coverages will apply. d. Insurance provided by this provision is excess over any other insurance, whether primary, excess, contingent or any other basis. Since insurance provided by this endorsement is excess, we will have no duty to defend any claim or "suiY' to which insurance provided by this endorsement applies if any other insurer has a duty to defend such a claim or "suiY'. If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. D. PROPERTY DAMAGE — ELEVATORS Section I— Coverage A.2. Exclusions paragraphs j.(3), j.(4), j.(6) and k. do not apply to use of elevators. (2) claims made or "suits" brought; This insurance afforded by this provision is excess (3) persons or organizations making claims or over any valid and collectible property insurance bringing "suits". (including any deductible) available to the insured and Section IV — Commercial General Liability Conditions Paragraph 4. Other Insurance. CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 6 E. FIRE, LIGHTNING OR EXPLOSION DAMAGE Except where it is used in the term "hostile fire", the word fire includes fire, lightning or explosion wherever it appears in the Coverage Form. Under Section I— Coverage A, the last paragraph (after the exclusions) is replaced with the following: Exclusions c. through n. do not apply to damage by fire, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III — Limits of Insurance. F. MEDICAL PAYMENTS If Section I— Coverage C. Medical Payments Coverage is not otherwise excluded from this Coverage Form: The requirement, in the Insuring Agreement of Coverage C., that expenses must be incurred and reported to us within one year of the accident date is changed to three years. G. SUPPLEMENTARY PAYMENTS Supplementary Payments — Coverages A and B Paragraphs 1.b. and 1.d. are replaced by the following: 1.b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d.All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. H. SUBSIDIARIES AS INSUREDS Section II — Who Is An Insured is amended to add the following: 1.f. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of this policy. However, insured does not include any subsidiary that is an insured under any other general liability policy, or would have been an insured under such a policy but for termination ot tnat poiicy or tne exnaustion ot tnat policy's limits of liability. I. BLANKET ADDITIONAL INSUREDS — AS REQUIRED BY CONTRACT 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) subject to provisions in Paragraph 2. below, (hereinafter referred to as additional insured) when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy provided that the written contract or agreement is: CG7578.3(2-19) a. Currently in effect or becomes effective during the policy period; and b. Executed prior to an "occurrence" or offense to which this insurance would apply. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; and c. Applies only if the person or organization is not specifically named as an additional insured under any other provision of, or endorsement added to, Section II — Who Is An Insured of this policy. 2. As provided herein, the insurance coverage provided to such additional insureds is limited to: a. Any Controlling Interest, but only with respect to their liability arising out of their financial control of you; or premises they own, maintain, or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. b. Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In connection with your premises; or (2) In the performance of your ongoing operations. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. Includes copyrighted material of ISO Properties, Inc. with its permission. Page 2 of 6 This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. c. Any manager or lessor of a premises leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of a premises leased to you, subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. d. Any state or governmental agency or subdivision or political subdivision, subject to the following: (1) This insurance applies only with respect to the following hazards for which any state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or (b) The construction, erection or removal of elevators; or (c) The ownership, maintenance or use of any elevators covered by this insurance. (2) This insurance applies only with respect to operations performed by you or on your behalf for which any state or governmental agency or subdivision or political subdivision has issued a permit or authorization. This insurance does not apply to: (a) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (b) "Bodily injury" or "property damage" included within the "products- completed operations hazard". e. Any vendor, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) The insurance afforded any vendor does not apply to: (a) "Bodily injury" or "property damage" for which any vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that any vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by any vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as any vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at any vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for any vendor; or CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 3 of 6 (h) "Bodily injury" or "property damage" arising out of the sole negligence of any vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Subparagraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as any vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. f. Any Mortgagee, Assignee Or Receiver, but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. g. Any Owners Or Other Interests From Whom Land Has Been Leased, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land leased to you. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: (1) This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to lease that land; (b) Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. h. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease i. Any Owners, Lessees, or Contractors for whom you are performing operations, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 4 of 6 (2) "Bodily injury" or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. j. Any Grantor of Licenses to you, but only with respect to their liability as grantor of licenses to you. Their status as additional insured under this endorsement ends when: 1. The license granted to you by such person(s) or organization(s) expires; or 2. Your license is terminated or revoked by such person(s) or organization(s) prior to expiration of the license as stipulated by the contract or agreement. k. Any Grantor of Franchise, but only with respect to their liability as grantor of a franchise to you. I. Any Co-owner of Insured Premises, but only with respect to their liability as co- owner of any insured premises. m. Any Concessionaires Trading Under Your Name, but only with respect to their liability as a concessionaire trading under your name. 3. Any insurance provided to any additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence or willful misconduct of the additional insured or its agents, "employees" or any other representative of the additional insured. 4. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: If coverage provided to any additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. J. COVERAGE FOR INJURY TO CO-EMPLOYEES AND/OR YOUR OTHER VOLUNTEER WORKERS Section II — Who is an Insured, Paragraph 2.a. (1) is amended to add the following: e. Paragraphs (a), (b), and (c) do not apply to your "employees" or "volunteer workers" with respect to "bodily injury" to a co='employee" or other "volunteer worker". Damages owed to an injured co-"employee" or "volunteer worker" will be reduced by any amount paid or available to the injured co- "employee" or "volunteer worker" under any other valid and collectible insurance. K. HEALTH CARE SERVICE PROFESSIONALS AS INSUREDS - INCIDENTAL MALPRACTICE Section II — Who is an Insured, Paragraph 2.a. (1) (d) is amended as follows: This provision does not apply to Nurses, Emergency Medical Technicians, or Paramedics who provide professional health care services on your behalf. However this exception does not apply if you are in the business or occupation of providing any such professional services. L. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Section II — Who Is An Insured, Paragraph 3.a. is replaced by the following: 3.a. Coverage under this provision is afforded until the end of the policy period. This provision does not apply if newly formed or acquired organizations coverage is excluded either by the provisions of the Coverage Form or by endorsements. M. DAMAGE TO PREMISES RENTED TO YOU Section III — Limits of Insurance, Paragraph 6. is replaced by the following: Subject to 5.a. above, the Damage To Premises Rented To You Limit, or $500,000, whichever is higher, is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion, smoke or leakage from automatic protection systems, while rented to you or temporarily occupied by you with permission of the owner. CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 5 of 6 N. MEDICAL PAYMENTS — INCREASED LIMITS Section III — Limits of Insurance, Paragraph 7. is replaced by the following: 7. Subject to Paragraph 5. above, $10,000 is the Medical Expense Limit we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person, unless the amount shown on the Declarations of this Coverage Part for Medical Expense Limit states: (a) No Coverage; or (b) $1,000; or (c) $5,000; or (d) A limit higher than $10,000. O. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Section IV — Commercial General Liability Conditions Paragraph 2. is amended to add the following: 1. The requirement in Condition 2.a. that you must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim, applies only when the "occurrence" or offense is known to: (1) You, if you are an individual or a limited liability company; (2) A partner, if you are a partnership; (3) A member or manager, if you are a limited liability company; (4) An "executive officer" or insurance manager, if you are a corporation; or (5) A trustee, if you are a trust. 2. The requirement in Condition 2.b. that you must see to it that we receive notice of a claim or "suit" as soon as practicable will not be considered breached unless the breach occurs after such claim or "suit" is known to: (1) You, if you are an individual or a limited ability company; (2) A partner, if you are a partnership; (3) A member or manager, if you are a limited liability company; (4) An "executive officer" or insurance manager, if you are a corporation; or P. PRIMARY AND NONCONTRIBUTORY — ADDITIONAL INSURED EXTENSION Section IV — Commercial General Liability Conditions Paragraph 4. Other Insurance is amended to add the following: This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. However, if the additional insured has been added as an additional insured on other policies, whether primary, excess, contingent or on any other basis, this insurance is excess over any other insurance regardless of the written agreement between you and an additional insured. Q. UNINTENTIONAL FAILURE TO DISCLOSE EXPOSURES Section IV — Commercial General Liability Conditions Paragraph 6. Representations is amended to add the following: If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under the Coverage Form solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of R. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Section IV — Commercial General Liability Condition Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products-completed operations hazard". However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and S. MENTAL ANGUISH Section V— Definition 3. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from bodily injury, sickness or disease. T. LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional coverage to all endorsement holders as of the day the revision is effective in your state. CG7578.3(2-19) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 6 of 6 COMMERCIAL INTERLINE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION PROVIDED BY US TO PERSON(S) OR ORGANIZATION(S) WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT OR AGREEMENT This policy is subject to the following additional Conditions: If we cancel this policy by notice to the first Named Insured, for any statutorily permitted reason other than for non- payment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to any person(s) or organization(s) with whom you have agreed in a written contract or agreement to provide such person(s) or organization(s) with a notice of cancellation but only if: 1. You have provided the name and address of such person(s) or organization(s) to your authorized agent; and 2. Your authorized agent provides us with that list within three (3) business days from the date we request it from them. If notice is mailed, proof of mailing to the last known mailing address of such person(s) or organization(s) will be sufficient proof of notice. Failure to provide such notice to such person(s) or organization(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon us, our agents or our representatives. IL7447.6(10-17) Includes copyrighted material of ISO Properties, Inc. with its permission. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420304B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. 1. ( �X ) Specific Waiver Name of person or organization ) Blanket Waiver Schedule Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Insured Insurance Company WC420304B (Ed. 6-14) Policy No. Countersigned by Endorsement No. Premium O Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT SMALL-SCALE INFRASTRUCTURE PROGRAM ONLY CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1— Definitions and Terminology ............................................................................................ 1.01 Defined Terms ................................................................................................................ 1.02 Terminology .................................................................................................................. Article 2 — Preliminary Matters .......................................................... 2.01 Copies of Documents ..................................................... 2.02 Commencement of Contract Time; Noticeto Proceed.... 2.03 Starting the Work ........................................................... 2.04 Before Starting Construction .......................................... 2.05 Preconstruction Conference ........................................... 2.06 Public Meeting ............................................................... 2.07 Initial Acceptance of Schedules ..................................... Page .......1 .......1 ....... 6 ........ 7 ........ 7 ........7 ........ 8 ........ 8 ........ 8 ........ 8 ........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; ReferencePoints ...........................................................................................................................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 Sites ............................................................................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 ofBonds and Insurance; Optionto Replace .......................................................... 19 Article 6 — Contractor's Responsibilities .....................................................................................................19 6.01 Supervision and Superintendence .............................................................................................19 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 619 6.20 6.21 6.22 6.23 624 Labor; Working Hours .............................................................................................................20 Services, Materials, and Equipment .........................................................................................20 ProjectSchedule .......................................................................................................................21 Substitutes and "Or-Equals" .....................................................................................................21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates .............................................................................................................................. 25 Patent Fees and Royalties .........................................................................................................26 Permitsand Utilities .................................................................................................................27 Lawsand Regulations ..............................................................................................................27 Taxes........................................................................................................................................ 28 Use of Sites and Other Areas ...................................................................................................28 RecordDocuments ...................................................................................................................29 Safetyand Protection ...............................................................................................................29 SafetyRepresentative ...............................................................................................................30 Hazard Communication Programs ............................................................................................30 Emergencies and/or Rectification .............................................................................................30 Submittals................................................................................................................................ 31 Continuingthe Work ................................................................................................................32 Contractor's General Warrantyand Guarantee ....................................................................... 32 Indemnific ation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 3 Delegation of ProfessionalDesign Services ............................................................................ 34 Rightto Audit ...........................................................................................................................34 Nondiscrimination . .. .. .. ............. .. .... .. ............. .. .. .. .. ............. .. . ................. .. .. .. .. .. ........... .. .. .. .. .. ...3 5 Article 7- Other Work at the Sites .................................................... 7.01 Related Work at Sites ..................................................... 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; Reportsand Tests ................................................................................ 36 8.05 Change Orders .........................................................................................................................36 8.06 Inspections, Tests, and Approvals ............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed HazardousEnvironmental 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 Sites ...........................................................................................................................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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers Article 10 - Changes in the Work; Claims; Extra Work ............................................. 10.01 Authorized Changes in the Work ........................................................... 10.02 Unauthorized Changes inthe Work ........................................................ 10.03 Execution of Change Orders .................................................................. 10.04 Extra Work ............................................................................................ 10.05 Notification to Surety ............................................................................. 10.06 Contract Claims Process ........................................................................ .............. .............. .............. .............. .............. .............. .............. Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ..... 11.01 Cost of the Work .................................................................................................... 11.02 Allowances ............................................................................................................ 11.03 Unit Price Work ..................................................................................................... 11.04 Plans Quantity Measurement ................................................................................. .......38 .......38 .......39 .......39 ....... 39 .......39 .......40 .... 41 ..... 41 ..... 43 .....44 .....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...... 13.01 Notice of Defects ................................................................................................... 13.02 Access to Work ...................................................................................................... 13.03 Tests and Inspections ............................................................................................. 13.04 Uncovering Work ................................................................................................... 13.05 City May Stop the Work ........................................................................................ 13.06 Correction or Removal of Defective Work ............................................................. 13.07 Correction Period ................................................................................................... 13.08 Acceptance ofDefective Work .............................................................................. 13.09 City May Correct Defective Work ......................................................................... .......48 ....... 48 .......48 .......48 .......49 .......49 .......50 ....... 50 .......51 ....... 51 Article 14 - Payments to Contractor and Completion .................................................................................. 52 14.01 Schedule of Values ................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................52 14.03 Contractor's Warrantyof Tit1e .................................................................................................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 Terminatefor Cause ................................................................................................. 58 15.03 City May Terminate For Convenience ..................................................................................... 60 Article 16 - Dispute Resolution ................................................................................................................... 61 16.01 Methods and Procedures .......................................................................................................... 61 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers Article17 — Miscellaneous ........................................................................................................................... 62 17.01 Giving Notice .......................................................................................................................... 62 17.02 Computation of Times .............................................................................................................. 62 17.03 Cumulative Remedies ..............................................................................................................62 17.04 Survival of Obligations ............................................................................................................ 63 17.05 Headings .................................................................................................................................. 63 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 1 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 conte�t consistent with the definition of a listed- defined term, the term shall have a meaning as defined below whether capitalized ar 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 theWork. 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 a1lAddenda). 9. Bidding Require�nents—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 nextmidnight. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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. Cit� 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 fmal 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. CityAttorney — 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 authorizedrepresentative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price ar 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 Ti�ne—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 FinalAcceptance. 22. Cont�actor—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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 3 of 63 24. DaJnage Clai�ns — A demand for money or services arising from the Proj ect or Sites from a third party, City or Contractor eXclusive of a Contract Claim. 2S. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 2b. 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 Pa�ks 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 Development Services— The officially appointed Director of the Development Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Work s— The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, oragents. 30. Director of Water Depart�nent — The officially appointed Director of the Water Deparhnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, oragents. 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 theCity. 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, for each Task Order, that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 4 of 63 37. Final Inspection — Inspection carried out by the City, per each Task Order, to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and inconformance with the Contract Documents. 38. General Requireinents—Sections of Division 1 of the ContractDocuments. 39. Hazardous Environmental Condition—The presence at a 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, per each Task Order, prior to the Final Acceptance of the Work. 45. Notice ofAward—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 for each Task Order will commence to run and on which Contractor shall start to perform the Work specified in each Task Order of the 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 ofDrawings. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 tobe performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to each Site, as specified in the Task Order 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 a.m. 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 Sub�nittals—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, identified on a task order basis, 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 Proj ect. 61. Subcont�actor—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 a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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, for each Task Order, in accordance with the Contract Documents for the Final Inspection. 64. Successful Bidder—The Bidder, or Bidders, submitting the lowest responsive and responsible bid 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 ll.03 of these General Conditions for definition. 70. Weekend Work ing Hou�s — 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, specified on a Task Order basis. 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 and Task Orders. 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 Ter�ninology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Ter7ns or Adjectives: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 thatit: 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 a11 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 2.02 Copies of Documents City sha11 furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents. Per executed Task Order, the City shall furnish four (4) copies of the Drawings, (1) original executed copy of the Task Order and one (1) electronic copy of the Task Order. Additional copies will be furnished upon request at the cost of reproduction, standard City rates shall apply Co�nmencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed for each Task Order. 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 inwriting. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 8 of 63 2. 03 2. 04 2. OS 2. 06 2.07 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 a Site prior to the date on which the Contract Time commences to run. Before StaNting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. Preconstruction Conference Before any Work at a Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. Public Meeting Contractor may not mobilize any equipment, materials or resources to a Site prior to Contractor attending the Public Meeting as scheduled by the City. 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. DI 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 proj ect (or part thereo� 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 sha11 be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relative ly narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 9 of 63 3. 02 3. 03 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. Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication , shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. Reporting and ResolvingDiscrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, identified in a task order, 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Paragraph3.04. 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: 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). 3. 04 3. OS 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. Amending and Supplementing ContractDocuments 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. Reuse of Docu�nents 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 thereofj 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 writtenverification or adaptation by Engineer. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4. 01 Availability of Lands A City shall furnish the Site associated with each Task Order. City shall notify Contractor of any easements, special permissions, or rights of access that must be obtained before the work may be performed. 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. 1. If the City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements, these will be identified on a task order basis. 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 accardance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2 The City has or anticipates the Contractor removing and/or relocating utilities, and obstructions to a 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 12 of 63 4. 02 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment, as required on a task order basis. Subsurface and PhysicalConditions A RepoNts and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to a Site; and 2 those drawings known to City of physical conditions relating to existing surface or subsurface structures at a 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. The 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: 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 4. 03 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. 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; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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. � Possible Price and Ti�neAdjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time ii 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 a Site; or 4. 04 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to the existing Underground Facilities at or contiguous to a 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: 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 theWork. � Not Shown orindicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to a Site which was not shown ar 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 exca�ation if necessary. 4. OS 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 Sites 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 a 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a 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 a 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 (iu) 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. E 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, Cont�actor shall indemnify and hold harmless City, fi^om 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 then 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 o� entity's own negligence. �L The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 5.02 5.03 All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorize d in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 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 sha11 comply with the requirements of Paragraphs 5.01 and 5.02.C. 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 insure d, be complete in its entirety, and show complete insurance carrier names as listed in thecurrent A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent 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 a11 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 msurance 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 sha11 be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Fina 1 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 ha�e no exclusions by endorsements, which, neither nullify ar 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 InsuNance 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 GeneNal 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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. Auto�nobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity far 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 andSuperintendence 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding onContractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; WorkingHours 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 a Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at a Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at a Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility far 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, sha11 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 21 of 63 �l! 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. 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 providedbelow. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to the City, Project Schedule and Project Schedule updates, based on the Schedule Tier requirements identified in Specification O1 32 16 — Construction Schedule. Each project Tier will be identified in the Task Order. The Contractor sha11 submit Project Schedule with Progress Payments. 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. L"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 inrelated 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.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a the City determinesthat: 1) it is at least ec�ual in materials of construction, quality, durability, appearance, strength, and design characteristics; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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.OS.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 O1 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 Proj ect) to adapt the design to the propose d substitute item; CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Consti^uction 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 sha11 submit sufficient information to a11ow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor sha11 make written application to City for review in the same manner as those provided in Paragraph 6.OS.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.OS.A and 6.OS.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 ha�mless City and anyone directly or indirectly employed by them f�om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted mateNials or equipment. E. City's Cost Reimbursement: City wi]1 record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 24 of 63 �l� G City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. I� TiTne Extensions: No additional time will be granted forsubstitutions. 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 sha11 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. � -� � - „ • „• �_ ��• �� � • �r .�'t���s�e� . „• „• . _ . � „� „ .. � . . E Contractor sha11 be fully responsible to City for a11 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: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 25 of 63 6.07 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individua ls or entities performing or furnishing any of the Work under a direct ar 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. I� 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. 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 Deter�nination 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, befare the 31 st day after the date the City receives the infarmation, 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, suchamounts being subtracted from successive progress payments pending a fmal determination of the violation. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 26 of 63 6.08 D. Arbitration Required if Violation NotResolved. 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 11 th 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 Contractar in the construction of the Work provide d for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. E Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor sha11 post prevailing wage rates in a conspicuous place at a11 times. I� Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. Patent Fees andRoyalties 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 far use in the performance of the Work and if, to the actual knowledge of City, its use is subj ect 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 resultingfi^om CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Docu�nents. 6.09 Per�nits 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained perTnits and licenses. The City will obtain and pay for all permits and licenses as provide d 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 TransportationPermits 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. 6.1 D 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Ta�es 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 taY, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the t� shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt�://www.window.state.�.us/taxinfo/taYforms/93-forms.html 6.12 Use of Sites and Other ANeas A Limitation on Use of a Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to a Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber a Site and other areas with construction equipment or other materials ar 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 isnecessary 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 a Site. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of DebNis During PerfoNmance 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 a 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 a Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better a11 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 Docu7nents A Contractor shall maintain in a safe place at a 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 a11 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 sha11 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a 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 a Site; and 3. other property at a 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. 6.15 6.16 6.17 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. Contractar 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 a 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. Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at a Site. Hazard CommunicationProgra�ns 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. EJnergencies and/orRectification A In emergencies affecting the safety or protection of persons or the Work or property at a 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 sha11 submit required Submittals to City for review and acceptance in accardance 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 618.C. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 32 of 63 6.19 6.20 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 O1 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. Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during a11 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 inwriting. Contractor's GeneNal Warranty andGuarantee 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 causedby: 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 invite es under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TOOPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and le gal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 34 of 63 6.22 6.23 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. Delegation ofProfessional Design SeNvices 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. Right toAudit 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 isperformed. 6.24 Nondiscri�nination A The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as aTnended.• 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 SITES 7.01 Related WoNk at Sites A City may perform other work related to the Project at a 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 a 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8. DI Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City sha11 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 8.04 8.OS 8. 06 City shall make payments to Contractor in accordance with Article 14. 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 a Site that have been utilized by City in preparing the Contract Documents. Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 37 of 63 8.07 Limitations on City'sResponsibilities A The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with SafetyProg�am While at a 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 ProjectManager 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 Sites A City's Project Manager will make visits to a 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 e�austive or continuous inspections on a 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 38 of 63 9.03 Authorized Variations inWoNk 9.04 9.OS ' I �� 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. 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. Determinations for WorkPerformed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or mare accurate data). Decisions on Require�nents 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. DI 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 ar Contract Price, a Field Order may be issued by the City. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 39 of 63 10. 02 10.03 Unauthorized Changes in the WoNk 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. 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.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2 changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the origina 1 Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 40 of 63 10.06 Cont�act Clai�nsProcess A City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, sha11 be referred to the City for decision. A decision by City sha11 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. � Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2 Notice of the amount or extent of the Contract Claim, with supporting data shall be delivere d to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4 A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. f 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 inpart; 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, 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.O1.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 ll.O1.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 taYes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorize d by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractar 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 deternlined 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, attarneys, 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 a 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 taYes 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 a Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at a Site, express and courier services, and similar petty cash items in connection with the Work. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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: 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 a 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 inParagraph 11.O1.A1 or specifically covered by Paragraph ll.O1.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 a 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 inParagraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, 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. I1.02 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. � Pre-bid Allowances: 1. Contractor agrees that: CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on a 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. 11.03 Unit Price Work A Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment inthe 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 inaccordance with Paragraph 10.01. 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 E�tra 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 ContractPrice A, The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 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 ll.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.O1.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.O1.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.O1.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.O1.A.1, 11.O1.A.2. and ll.O1.A.3, the Contractor's additional fee shall be 15 percent exceptfor: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.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.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and ll.O1.B; d the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such netdecrease. 12.02 12.03 Change of Conti^actTi�ne 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. 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 Contractar 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.O1 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 a Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13. 03 Tests and Inspections A Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate require d inspections or tests. B� If Contract Documents, Laws or Regulations of any public body ha�ing jurisdiction require any of the Work (or part thereo� 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 Material Testing sha11 be done in accordance with Specification O 1 45 23 — Material Testing. The costs of Testing are subsidiary to the line items, and sha11 be arranged and coordinated by the Contractor. The Testing sha11 be done through City of Fort Worth prequalified Vendors. City may arrange, ar indicate that Testing shall be arranged, on a task order basis, 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 sha11 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 49 of 63 13. 04 13.OS 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. 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. 1. If it is found that the uncovered Work is defective, Contractor sha]1 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. 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 orRemoval 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 sha11 pay all claims, costs, additional testing, losses, and damages (including but not limited to a11 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 suchWork. 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 Co�rection PeNiod 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. l 0.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; ar 3. ifthe 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 resultingtherefrom. 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Wark, 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 DefectiveWork 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 a 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 a 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 a 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Pay�nents A. Applications forPayments: 1. Contractor is responsible for providing a11 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 a 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 inthe ContractDocuments. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 53 of 63 B. Review ofApplications: 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 ha�e been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reducedby Change Orders; d City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 Task Orders less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For Task Orders greater than $400,000 at the time of execution, retainage shall be five percent (5%). � . _ e�sfr.�:�e�: � ■ . . � ,,.:..�s,:.�...:...:�.a:.,.":.� ,l.� ,:_ : ! 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 Proj ect or not, will pass to City no later than the time of payment free and clear of all Liens. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 55 of63 14.04 Partial Utilization 14.05 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.OS.A.1, City and Contractor sha11 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 Fina1 Acceptance by City. Final Inspection 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 withContractor. 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 irrunediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 1.�� 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 56 of 63 14.07 Final Payment A. Application forPayTnent.• 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 affida�its of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a directly by the Contractoror; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 14.08 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. Final Co7npletion 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 a11 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, a11 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 I5.01 City May Suspend Work A At any time and without cause, for any reason, including Special Events within the city, the 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 suchsuspension. 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 58 of63 15.02 City May Terminate for Cause A The occurrence of any one or more of the following events by way of example, but not of limitation , may justify termination forcause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the 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. 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 CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S 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 describedbelow. a If City completes the Work, City may exclude Contractor and Surety from a site and take possession of the Work, and all materials and equipment incorporated into the Work stored at a 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 a11 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 far 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.B, 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 60 of 63 15.03 City May Te�minate Fo�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 ternlination 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 ternlination 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 of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 3 0 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subj ect 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 deemedwaived. R In such case, Contractor shall be paid for (without duplication of anyitems): 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. . � � � � • •. � . �..� .._�-�� �....���-����� �� ��������� . � � �_ � � �- - -- • =7�s:�� . � �. � � �. � �_ � � � � CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 62 of 63 � � o�o,�� ; �,7;,,�;,�., ARTICLE 17 — MISCELLANEOUS 17.01 17.02 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. Co�nputation 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 fa11s 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 Cu�nulative 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. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 �a oo - i GENERALCONDITION S Page 63 of 63 17.04 Survival ofObligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CIT Y OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revision: 8/23/2021 Contract for Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.OlA > SC-4A1A.1., "Availability of Lands" The following is a list of Irnown outstanding right-of-way, and/or easements to be acquired, if any as of February 14, 2024. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION To be determined on a Task Order Basis. 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-4A1A.2, "AvailabiGty of Lands" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Utilities or obstructions to be removed, adjusted, and/or relocated Page 2 of 7 The following is a list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of February 14, 2024. EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT To be determined on a Task Order Basis. ------------------------------- The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the Ciry. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: To be determined on a Task Order Basis. SC-4.06A., "Hazardous Environmental Conditions at Site" To be determined on a Task Order Basis. 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) Ciry (2) Consultant: None. (3) Other: To be determined on a Task Order Basis. 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 GG5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SG5.04B., "Contractor's Insurance" 5.04B. Commercial General Liabiliry, under Paragraph GG5.04B. Contractor's Liabiliry Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits oi $1,000,000 each occurrence CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Prograni Unit Price Construction Contract for Revised October 6, 2023 Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 $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 Liabiliry, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SG5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks [to be determined by each task order]. 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 $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Prograni Unit Price Construction Contract for Revised October 6, 2023 Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 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. 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 gade 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 Contractar shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be Tier 2 for the majority of projects, each to be specified in the Task Order and at the discretion of the Sr. Capital Projects Offcer. In general, Tier 1 projects shall be defined as construction projects that have a construction duration that is less than two weeks. Tier 2 projects shall be defined as construction projects that have a construction duration between two weeks and three months. Tier 3 projects shall include construction projects that exceed three months. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 PrevaiGng Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: https: //ap ps. fortworthtexas.gov/Pro i ectResou rces/ 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 on completion of each Task Order. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Prograni Unit Price Construction Contract for Revised October 6, 2023 Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 To be determined on a Task Order Basis. 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: To be determined on a Task Order Basis. SC-6.09C. "Outstanding permits and Gcenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of February 14, 2024. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None SC-6Z4B., "Title VI, Civil Rights Act of 1964 as amended" TARGET DATE OF POSSESSION During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. CompGance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Prograni Unit Price Construction Contract for Revised October 6, 2023 Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01, "Communications to Contractor" None. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Jenna Lynn Henderson, PE, PMP or his/her successor pursuant to written notification from the Sr. Capital Projects Officer. SC-11.04 A-D., "Plans Quantity Measurement" Actual quantities may vary, Contractors are advised that the quantities shown on the work order are estimates, Contractor to provide their own estimate. During the course of a job, the City reserves the right to increase of decrease the total estimated quantities of individual line items. Unit costs will not be adjusted to reflect changes in quantity. SC-13.03C., "Tests and Inspections" Per Specification Section O1 45 23, which indicates Material Testing is subsidiary to line items. SC-16.O1C1, "Methods and Procedures" None. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Prograni Unit Price Construction Contract for Revised October 6, 2023 Miscellaneous Sewer Projects Various Project Numbers 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 011100-1 SUMMARY OF WORK Page 1 of 3 SECTION Ol 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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 specifc 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. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised December 20, 2012 O1 11 00-2 SUMMARY OF WORK Page 2 of 3 b c. 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. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised December 20, 2012 Ol 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] 110 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 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised December 20, 2012 0125 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 specifed. 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 specifed requirements, or other factors beyond control of Contractor; or, Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost andlor 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 For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product eXperience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) lllustration 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. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers 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 SUMMARY OF CHANGE Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised July 1, 2011 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 as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Not recommended By Date Remarks Date Rejected Recommended Received late Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION Ol 31 19 PRECONSTRUCTION MEETING PART1- GENERAL f��.Yll►I I►I /\ 7•1 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised August 17, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers Ol 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 O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material L Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised August 17, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers Ol 31 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] 110 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised August 17, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 2 3 PART1- GENERAL SECTION 0132 16 CONSTRUCTION SCHEDULE 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. � Design required on Tier 1 Projects. 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.2 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 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 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers 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 encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 36 1. Tier 1: Small Size and Short Duration Project{�es�g�rno��} 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 43 44 45 46 47 48 49 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-3 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 Leve13) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline" schedule and issue 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 fulfill their 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 O1 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification O1 32 16.2 Construction Project Schedule Progress 3 8 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised October 6, 2023 Various Project Numbers 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 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 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_O1 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name_PN YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_O1 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 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-5 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 17 18 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1- 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 25 delineates the activities associated with the various components of the work. 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 32 33 34 35 36 37 L Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. 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 this requires 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 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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 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 new activity(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 XXXXXX.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. 8 0. 8 5 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. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activitv 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 Specif'ications 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 8ll 0 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 41 42 43 44 45 46 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 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 48 49 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification O1 32 161 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification O1 32 163 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 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 21 22 23 24 25 A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the 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 O1 32 16.1 Construction Project Schedule Baseline Example 31 Spec O1 32 16.2 Construction Project Schedule Progress Example 32 Spec O1 32 16.3 Construction Project Schedule Progress Narrative 33 Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. `Schedule Calendar" Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised October 6, 2023 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 2 SECTION 0132 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART1- 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 Speci�cation O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 � � ca � 0 m � c� 0 � c� 0 � � � � � d t v � � v d �O L a C � � � LL � � � � � C � L.L U , _. 'II.�,�;� ' � � H � a � � � � �W � � °o � �� � �� �� z� ,� �� �o o� �� �� � O U � ■ �� ��� m�mm mgmmmm mmmmmm mm m � � � � � � � � � � � � � � � � � � � ° ° m � � �, �, � � d �, ti � 4 � Q Q� Q Q� Q Q m�� �� m i i m m❑ m i i i i m❑ o 0 � ry `r' o ry ��� o o d�`b �� d.'�`' d m m d d d N� o d N d� � d � cS 0 Q Q rn � � O F Z ��������������� ������ �������� ��m QQ<QQQaQ�������3����QQ =�QQaQ000 �� 00000���000000������o� ����o��doo� ��oi � � ¢ a �, �������� Q��� Q��������������Q�� �I I � C O N � a � � � � � � � V d a � V V � � � � � U v 2 � � d o � � ♦ � V o a d C m- m m�� � � � � 3 � a � � c � � � � � � � � a o ? o ? c � � `c° � � � s �, � �, � w 2 � 2 � � � � � a u � � a � a o � � o �' � a m H - N � - - = � . � � ? �� ?��� � � � E � � E �9 � �� � � � � E � E � E o � � � E � a�n m a z a� o U r U � w m a�i �� r r r� w m p oi � � V � � � K � C � & � g � �' � i � s`°z V � � a � � 3 � M � � � � � � � M � � � � � � M M � � � � a � c� d � � � � � � � � a` c� I I I � Small-Scale Infrastructure Program Unit Price Construction C11'Y OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 � � ca � 0 m � c� 0 � 0 , , , �, , ----� � -� , ------- ' -- ----� d � � d t v � � �.: � .O L a � � O � � � � � � c � � U � � o�o 000 mm� mmm mmmmm� mm mmm m����� ��� mmm mmm mmmmmm mmm��� mmm��� ��� - 'o m a+ m a+ m a�i a�i m a+ �� b m m m� a+ m��'o m m a, a, � a, w a� a, a, a, a, a, � - z o❑ o q rn �n �n �n 4 0 o z o 4 4 a 4� o o z❑ 4 a���� a a��� Q ` '�odd��o��'N�'���NNON�����No�'$g�0000N`�� ��', 3 3 b� b� b� d d ti� ti� i b d d d d��', ��', i b � m m` +�. +�. +�. ar w Q z z ¢¢¢ vJ tiJ O O O O Z O UJ UJ UJ Ul Q Q z 0� � ���¢¢ � o c� d d d o c'� � � ���G ` d> d� d> ti o� d o o��� d� o 0 0 0 � ������Q����������� � ����<<��������M ������Q������������� ����������NNN��, Nililli� I� Z Z ��n cn � m o c� � � - 9 � � - � - - �n � a � a � � � � J � � � E � � m E � � � - - m � � � � a � � � �� o � � a 8 � � �� � � �� o � � a � o 0 m � � � d � � � � � � � � � d � � � � � � _ � �� � i° � � E � E � t�o �o �5 `� �' � E [�i E [�j' t�j E � �° �o �5 i° � m E a LL u ir� � r � w �n a� c� i� � r � r w �n a� c� � _� ii c� c�c.�cnc.�+.;� c.�c���cncnc�c�c� ,+,c3 cncn`g�'c.�c��`�cncnc4ic4icqi� mmm � � �� c � H � a � � � � �W � � °o � �s. � o rn � � �ub � � � Z � � � Aa ,� � o o U � � U � � � � U y � C J CO c_ � (o io � ¢ a � I I � C O ��C � � � � � � f0 a V � V V � � � � 0 � � � � o' c � C � � } m N 7 'C � � `° � � � Q CC V I I I � Small-Scale Infrastructure Program Unit Price Construction C11'Y OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 161 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 0 � � L 0 "'____"'"' """""„""""__�_ � """"""�""" c N C Q � �" � O � � � � ___________' ________,_•_____ _________ ' m � , ai Q , c� � � � -� 0 ' ' ' � 0 � ' ' ' 0 N -r Q I I I � Q , d 7 � � t v � � v d �O L a C � � � � � � � � � c � � U � � � � � - � � a+ m a+ � � m � � � �'o �'o m i �� � 0 0�� �� UJ � z z O � z o � H � ro � d E a _ � O � E '� � � � E � o c � � E L U Q � 'v � U ti — N � _ O - p � � � o a � U � — � 2 � R �� Ti r. c � J �� �' � y m N� � m� O y ii U U G � ¢ hC U [4 ii U � � � U ��op� � mmmm� � �o o m t� V � � � a � � � � � W � � O � � v � � y � �b � � � Z � i � G� � ^� O O U � �" � C', � U � � � m � �� � � ¢ a � I I � C O N �C � � � � � � f0 a V � V V � � � � ♦ � � � � � C � C � C } m N 7 'C � � `° � � � Q CC V I I I 1 C11'Y OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPi CiPiCATiON DOCUMENTS Contract for Miscellaneous Sewer Projects Revised August 13, 2021 Various Project Numbers O1 32 161 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 5 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 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART1- 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 O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPI:CII'ICA�fION DOCUMEN'I'S Various Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 5 � � Q Q O Ch � c� ❑ � c� � 0 - � ¢ a d � � � �^, Y W t � � ` � O ' �s L a C � � � � � � � � � C � L.L U rn � � O F Z -..-_--�;�n�==='�__:__..----- ��,.!!'�'� QQ��� � ���������� ��������������������� � ���� rn � ��� cn �= a a u� rn O cn �¢ a a a rn a o 0 �A N� a m'� ��� o� � o �� d' d' o 0 o rv� o o d��`b o � mm m m m m m m������ w m w m m w w m m m � � � � � � � � � � � � � � � � � � � � � � � � � � � � a a a a a a a i������� = 3 = a a � a a a¢ o 0 0 0 0 0 0 �� o� o 0 0 0 0 0������ o� ��� o o�� o o � � � � � � � � � � � � � � � � � � � � d d � � � � � � � � � � � � a a a a�� a a rn � ����n �� a a �i �n ��n � a a a a umi � o 0 N o`�' � c`�'v `c� � o o d� �6 �� d �S d m m d d d� �S o d��� d � cS �QQQ����������������qq ��������000 0 0 0 0� N o� o 0 0 0 0 0�� o o� N o N ���� o�' N d o o� � H � � � � � � � W � � o ^� � � 0 � � �,s� � � 6� OA � � a.a a '~ O O .�, � �� r.., � � U �o 0 0 0 0 0 0� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �� m � ������ N � �o � � ¢ a �00000���� Q��� Q��������������Q�� �I I � C O N �C 9 O � � � � � � � V d a a' � V V � � � � � Uv 2 � m d o � � ♦ � V o a d C m- m m�� � � � � a � � � � � � � � � � � a � � > > _ � � � � s � � �, �, � w 2 2 � � � � � � a u � � a � a o � � o �' � m a H - N � - - = � . � � �� ? ?��� � � � � E � E �9 � �� � � � � E � E � E o � � � E � a�n c� z a a� o U U r � w m a�i �� r r r� w m p oi � � V � � � K � C � & � g � �' � i � s`°z V � � a � � 3 � M � � � � � � � M � � � � � � M M � � � � a � c� d � � � � � � � � a` c� I I I � Small-Scale Infrastructure Program Unit Price Construction C11'Y OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 5 � � Q Q O Ch � c� ❑ � c� � d 7 � d t v � � v d �O L a � � O � � � � � � � � � U ���..,� , , , � -t . -- s � � ����������������������������������� aa�����,�d�������m�������mmm���mmmm�� z z o 0 o m i m m o 0 o z o a o� 4� o o z a 4��� ����� a�� � � o o b � � � Q d � �, d �s d d � N � � � � � N � � � '� � � � o N � � o �' �' 3 bi bi b� d d�,' ��,' � i b d d d d��, i� Q' h h� 3. . a, a, O O z ¢¢¢ U ff O O O O Z � f! [! f! Ui Q Q z 0 li l� � ���? � cS cS Q � ry ry� N cS m t� �A �� c� � c+� c� N o� � � � c� � o <<< o o � o N o o � z � �' � � °��' °��' °��' °��' � o o z � � � a �' °�r' o o z � � a � � � � a a � � a � � �s o d d � � �d � � N � N � � N N o N �a � � � � N o � $ $ � o 0 o N `� � � � � � � � � � � b � � � � � � � � � � a a ozz ��Q��0000zo ����oozo ��� ���� �o� dddo������� �����d�doo�o�� 000� Q���� ��� ������ ������ ������ ���� � o00 000 000000 000000 000000 0000 ������Q����������� � ����<<������ � ������Q������������� ����������NN � Nililli� I� Z Z I�n cn � m o c� � � - 9 � E m - m - - � J U � - m a� m -o � J 5� m E � �° o� E � � a� ` ` o� E �, � c � n N T�o T�o �� o c � Q m ���� ���� o c � a U o .°'- '$ m� ? 3 d T6 Y-o �� ? 3 d�n �n d T� Y-o o� � �', - m� �� � i° � � E � E � t�o �o �5 `� �' � E [�i E [�j' t�j E � �° �o �5 i° � m E � a LL u ir� � r � w�n a� c� i� � r � r w�n a� c� � � ii 8 c� c� c� c� c� � � c+� c� � N c� c� c� c� c� � {`�'p c� c� � c+� c� � r c� c� c4i c4i � �y m m � a m m c � H � � � � � � � W � � o ^� � � O � �� � � � � � � a.a a '~ O O .�, � �� r.., � O U � � � m .� � � � � � ¢ a � I I � C O ��C � � � � � � f0 a V � V V � � � � 0 � � � � � c � C � � � �' � C � i � � � � Q CC V I I I � Small-Scale Infrastructure Program Unit Price Construction C11'Y OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 5 � L Q � � � � � 0 � � 0 a� � � a� t v � � v n� �O a � (L4 � O � � � � � i-�-� � � L.L U , � , � cv c� cv c� N N cv c� N N N N cv w w a� a� a� � m a� � ��� � a� 0 o O O O�� O� o Q Z z O m �' 0 o c� c� c� c� c� � c� � Z `� � � �' �' 8' � � � � m o z z � oo������������ � - Z o ���������� a�� � � ������ � o 0 0 000000 � �� � ro a d E a v o � � � a � � � � � oc� �� 4 � c � o � ti m cn r° � � 0 0 � � � o � a � U z � a o 2 U m � N U � ti s � � � � _ ��°' 83 � y m ai :° E m �� � �_ U U�¢� U u3i z iL U � � y U � � � o � o � ��m�m���mm w m p a U V � E—� G� � ��/ I�y I..�..1 � QI �` � �y � �+ W � � 0 "� � � 0 � �� � � � � � ^� F�1 w 1'�I 0 O � � � U �, � 0 U � � m � � � � � � ¢ a � I I � _ 0 _� � � ��� � � a N V SI1 ' � � U U 0 � � O ♦ ♦ � � i � c � c i � � � N � � i � � a �� c� I I I 1 Small-Scale Infrastructure Program Unit Price Construction C11'Y OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESS EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification Small-Scale Infrastructure Program Unit Price Construction CITY OF FORT WORTH Contract for Miscellaneous Sewer Projects STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various Project Numbers Revised August 13, 2021 0132 163 —PROGRESS NARRATIVE Page 1 of 1 SECTION Ol 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects, Various Project Numbers 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- 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] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 013300-1 SUBMITTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 � 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 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. a Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affiXed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/z inches X 11 inches to 8'/z inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) DescriptionofPacket 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 01 33 00 - 3 SUBMITTALS Page 3 of 8 F 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 identiiied 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. Identi�cation 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 Shop Drawings 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 feld 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 specifcation 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 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 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 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. 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. 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 speciiied. K. Submittal Review L The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 013300-6 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 013300-7 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. Clarifcation 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 "O1" 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] 112 WARRANTY [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 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.K8. Working Days modified to Calendar Days CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised December 20, 2012 Various Project Numbers 013513-1 SPECIALPROJECTPROCEDURES Page 1 of 8 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confned Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notifcation Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-2 SPECIALPROJECTPROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safery, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMiNISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (T�OT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 2 3 � 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of high voltage electric lines CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-3 SPECIALPROJECTPROCEDURES Page 3 of 8 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 a. Notification shall be given to: 1) The power company (example: ONCOR) 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 notiiication 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. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. E. 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 O1 31 13 F. 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. 45 G. Public Notification Prior to Beginning Construction CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-4 SPECIALPROJECTPROCEDURES Page 4 of 8 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 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. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name ofProject b) City Proj ect No (CPI� 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 � 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 finish 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. H. 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 Proj ect 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 ofthe 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 noti�cation 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. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-5 SPECIALPROJECTPROCEDURES Page 5 of 8 L Coordination with United States Army Corps of Engineers (USACE) 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 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. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-6 SPECIALPROJECTPROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 112 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log 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 poor Hangers under in addition to contractor notification of public. 13 CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction Revised March 11, 2022 Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-7 SPECIALPROJECTPROCEDURES Page 7 of 8 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXffiBIT A (To be printed on Contractor's Letterhead) 1 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 CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 013513-8 SPECIALPROJECTPROCEDURES Page 8 of 8 1 2 EXffiBIT B ���� ������ �- DOE IlO. XXXX Project Ne�ne: rt0?ICE OF TEMPORAI�Y WATER SERVICE II�ITERRLIPTIOI�I DUE TO UTILTTY 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. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS PO5SIBLE. THANK YOU, CONTRACTOR 3 4 CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART1- 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised March 9, 2020 Various Project Numbers 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. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised March 9, 2020 Various Project Numbers O1 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- 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: l. 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. 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. 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers O1 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 Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers O1 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 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 [ox] 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers O1 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] 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers oissz6-i DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modifcation of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 �. ��Changes shown in bold below. 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 PROCEDiIRES 17 18 19 20 21 22 23 1.3 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. 2. Small-Scale Infrastructure Program Only: The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Street Use Permit" completed. REFERENCES 24 A.Reference Standards 25 1. Reference standards cited in this specification refer to the current reference standard 26 published at the time of the latest revision date logged at the end of this 27 specification, unless a date is specifically cited. 28 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 31 32 33 34 35 36 37 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers oi ssz6-z DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 B. Street Use Permit 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 16 D. Removal of Street Sign 17 1. If it is determined that a street sign must be removed for construction, then contact 18 City Transportation and Public Works Department, Signs and Markings Division to 19 remove the sign. 20 E. Temporary Signage 21 L In the case of regulatory signs, replace permanent sign with temporary sign meeting 22 requirements of the latest edition of the TeXas Manual on Uniform Traffic Control 23 Devices (MUTCD). 24 25 26 27 28 29 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffc Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 112 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms L 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 Speci�cation, unless a date is specifically cited. 2. Integrated Storm Management (iSW1V� 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 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 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section O1 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 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 O1 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE PART1- 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 [ox] 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 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 31 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 [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 SECTION Ol 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. L 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 O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised March 9, 2020 Various Project Numbers 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. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised March 9, 2020 Various Project Numbers 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 016600-2 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 of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers O16600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 311 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. 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised July 1, 2011 Various Project Numbers oi�000-i MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION O1 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: � , ��!e�e�r���_ , : - - - - - -- 1 - . . . . . ......��.-.�,.,....�..�,,....,..��...�,.�....�...��..9_,.. 17 i, r�,,...�i.;t;.,,,�:�.. 18 ' , , 19 20 �� c_�,. r,,.,.r , � -i �r 21 22 23 24 r.r�ee� , ■ 25 �. n,.ri.,.�.:�:".�;,.r 26 . 27 . 28 29 ' , , 30 31 , � , 32 . 33 34 35 ' > > 36 . 37 ' 38 . 39 . 40 41 . 42 43 44 3. Mobilizations, Remobilization and Demobilization for 45 � Small-Scale Infrastructure Program CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers oi �o 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 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 a. b. Mobilization, Remobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder 3) Remobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order Mobilization, Remobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 27 28 . , ■_ , . „_ „ . . . B. Deviations from this City of Fort Worth Standard Specification �. '`�Changes shown in bold or crossed out. 29 C. Related Specification Sections include, but are not necessarily limited to: 30 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 31 2. Division 1— General Requirements 32 1.2 PRICE AND PAYMENT PROCEDURES 33 34 35 36 37 38 39 40 41 42 43 44 45 , , _ . . � _ �.�ntr�'ee��.s�re�s�ee�e!�r , , ■_ „ .. . r �� � CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 2 . 3 . 4 . 5 �—�yt� 6 , 7 . 8 . 9 .,� �x��.o� i o� ,.���.o ,.a;,,��oa r�,.��...,,.� ., �� � .. ,. ���..,,,.�:,.� r�o...� : 1� cc�ii •a Cllo% .,F+L.o ,�..,l.;l;�.,�;.... 1,,,�.,. �,ti. 1.;.7 ..,- ��.,��.,f t/_ f7�„ .. � � 11 � > > . IZ � 13 , ° � 14 ° , , . 15 . 16 ° 17 oa i nnoi „�+t,o ,..,,�;i;,,,+;,.., i,,...,. �,.. �.;a ,,,. rr..�.�. f f�.,, .. � � 18 ° , , . 19 . 20 " " • . 21 ° 22 . 23 cc » 24 2S TZ[Ce`�7�e�tGT[CG7f1TiZfO.�T�e'eTiT.S'Il••ll L.,. ' 1..,7...7 � ��.y��[i'I�[iJ Z[1TI�G'I[TC[�[C[CG-[Ir 26 ...,...i..,.__,,... i.:a r.,....... �+�.,...._,:..,. +�.,, i.:a T+,...... ..i...n i.,. ,. ..:a,...,.a 27 . 28 " " 29 . 30 " " c ti•a r n •a r+ ii ti,. a. ti i a 31 vii�m—vicrx�C'�� C�ii=is� icrrcC'f�s �@91� ci��zia�acca 32 . 33 " " 34 35 . " " 36 . 37 . 38 39 40 . 41 42 , ra,.i.:i;.,,,�;�.. „r,� r,,.ri.,.i.:i;".�;�.. 43 . "� 44 45 ,, r�,.�... �..:,, 46 « » « » « , , 47 " � 48 . 49 . 50 . CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 � 2 3 4 . 5 « ,� « �, « > > 6 " � 7 , 8 . 9 . 10 ° 11 , ° . '_ . , 12 ° , , 13 , , � . 14 ° 15 , ° 16 ° � , , 17 , , � . : .�s.is.�,iRis_�.��s_�.�,,.. 19 ° 20 , ° . 21 ° � , , 22 , , � . 23 24 25 26 27 28 ,:ii w,, a,.a..,.�,.a r ,..�. �ti:,. ,. �� « »• 0 � �� 29 30 . 31 . 32 �� 33 . "a� r+ 34 . 35 � 36 37 " " 38 " " • 39 � 40 . . 41 . . . . . 42 .. ... 43 . , � , 44 45 46 ��ettr. . , . 47 48 „� c,,,,�;,.r nn �� nn CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers oi�000-s MOBILIZATION AND REMOBILIZATION Page 5 of 6 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 4. Mobilizations, Remobilization and Demobilizations for'_"�����'_'_�--��--� D--�,;��*� �Small-Scale Infrastructure Program a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" and "Remobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization and Remobilization as described in (Section 1.1.A.3.a.1) and listed in Section 00 42 43 for each task order. 2) Demobilization as described in (Section 1.1.A.3.a.2) from the site. 3) Remobilization as described in (Section 1.1.A.3.a.3) when needed and on a task order basis. d. No payments will be made for standby, idle time, or lost profits associated this Item. „ ■_ „ . „_ , , ■_ ■_ .. , . , . . „ . . 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers oi�000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised November 22, 2016 Various Project Numbers 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION Ol 71 23 C�[�J�[.`y�311�[�J�[.`yr:\:/1�[�1:VI 7.YIJ��I�1 PART 1 - GENERAL f��.Yll►l 11l /\.7•1 A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. Changes shown below in bold. 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) .Small-Scale Infrastructure Program Only: Contractor to place control data for projects. 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. 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 withthis Item shall be paid for at the lump sum price bid for "As-Built Survey". CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers O17123-2 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. a 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 Stakin� — 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) — O1 71 23.16.01_ Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (�1) 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 O1 33 00. B. All submittals shall be received and reviewed by the City prior to delivery ofwork. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 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 O 1 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 O1 71 2316.01 — 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 defcient 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 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 notes used to establish all lines and grades, if requested, and allow the City to check guidance system setupprior 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 OS 23 and/or 33 OS 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 2501inear 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 followinglocations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3 ) Stormwater — Not Applicable CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 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) b) c) d) e) � g) h) i) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire hydrants Valves (gate, butterfly, etc.) Air Release valves (Manhole rim and vent pipe) Blow offvalves (Manhole rim and valve lid) Pressure plane valves Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2-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 citytemplate 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 a 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 .O.lfttolerance. 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 producingno more than O.OSft. 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 certiiied technician every 6 months. L Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 31.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 �eld 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 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 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] 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 any time deemed necessary. 2. Checks by City personnel or 3rdparty 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 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 017123-8 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 Revision Log 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 Small-Scale Infrastructure Program Unit Price Construction STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH Small-Scale Infrastructure Program Unit Price Construction : STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract for Miscellaneous Sewer Projects Revised February 14, 2018 Various Project Numbers � 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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 manualshallprevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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 GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB. SIDEWALK. BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Stakin� 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" orgreater 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.�ov/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 stakin� for concrete, sanitary sewer, storm drain, final �rade, or anvthin� that needs vertical �radin� 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: GEOIDI2A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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 Fa Ise_Easti ng: 1968500.00000000 Fa lse_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 Naminp 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 proiect that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers � � � � � � � � L� � w m � � � � � a � 1�1� � w m � � � � � a � J Q � � � O U GP � � d � _ U7 d � U7 W J m � Q � � � � � _ r_f7 � � r_ri W J m � � � �� � � � � � W J w E�.= ��o.aa' U7 w � � � � � � D U N=S��D.DO E=5�D0.0� d W � ~ � W O � � � � � � _ � � � � - = O � w � _ J � LL ~ W � � �n � w � � � � V. Water Stakin� Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 8 � �� �� �� x� o� � d C7 U7 Z Y � Q H � � �� W � �J � N �z � � � � z � � 4 � � �� �� � 7� 0�5 � W�L STA=2+Q� � C-3.62 L� - � W �LL d � � � � � � �w ll � � � � J � � � � � � � � � � W � y � � W W C � � O�[�}r � � � � �� � � 7� Q�S � W�L � w STA=1+72_&1 � C-3_81 L� � W ^ � � O � 0 [J J � � � � � � � � �oi� a.- ioi.is' �� � W = V � � � � J o �6 �❑ � �� =4 W � � 3 oJo CC� W �� � � O � � � J U J li (�j m W � � dr } V 4 �� � O O � �� 1 I�O r Ww � r r� z� l �� r-� o zz z W �,+ � l Zw � � �W_ � � �� � � J � w F��il F � ~� �O ¢ 2 x � � w ¢ � o W � �7 � � � � � ❑ � � (� 7'� � � � ��� tij¢�L STA=0+00 � G-3.78 L� � � W ��� � � � � ��� O J J L�1 � � �m�w � � � iaie - 1 aa.o � � N � � LL �` � �¢�� o z � �W� �. ° � m�� a w �md 2 � m � x VI. Sanitary Sewer Stakin� O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 nf » Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers Example Sanitary Sewer Stakes �r�� �� Y � � �� � � W � }- �� �"u��m � ��� � _ � � � � � � � d � � I W LL d � k. � �d� � � � z ��� a � � � .��o�,� � �� �. �T�-3+��1��� �_��. �� e_��� � �_�� . . 4. 5 w k Y �12 � � � 4 k I L � � �I ��� 5 2 z ��� � ��� HN� �rcrc / �¢a�o �5°� '� ?3;n�� � n Q N -' 12� O�5 � SS � STA-3+71� � �sn C-3� II �i C-3'� � Cr4� r � _ � '� � C� W���� �s � ei ¢ � � Y � � �����; a ~ W m@� F' r lk . �_� � � �' �I� � �� � n=i+as � ��� � o�w � a� � w L1 {'' N p � � � L•I ¢ � = F 2 �/ 3 � w '� � e_ r� � �W �w � � in � � � u, L� � � � � � � � W � � � w �j Y �~ f+1 w � � �1 � � � � � ��� � � ��/ � V LL � � W � � �f 7 � � � � � � � N w � F � ❑ z � � w a a a � w �� I� O� ~p �W �jl� W d W J � F� _� 6�w �p 4 w � a a � w W 7 �� I� �� � �W �� �a w+ � �� �� F� 410 �� J� d� �2' o/s � ss � sr� a� � c-�� �� �s� � c-o� Y�.�+ . .. �� . . �rWS qY V}�'�5/] �� � {fl Z Vi r � ��� O F vs �rc �� � � � � W � N � � w � � a � I� � �4� (C i} ti w w+� F F�� � ��� ��4�� �O r � O �� �� � J m l� � _�J � lJA � �� r oW s F ~ 2 � aa �� �o x ac t7 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 � � � �i' �'L ���mw Y � � � W � W � �{7� W F�Y� a��' oa�� m � J = m 2 Small Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers VII. Storm Sewer & Inlet Stakin� A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers Example Storm Inlet Stakes 8��� {�oe Fxanc a.aw.j POIFlf # l6ll SL .} i H�e �v.anrn � � FF��NT ��IDE FACING �� � � � �, n n m 0 � � r 1 � � � IDEMTIFlES h�IICH E7JD OF THE 411NG � BEIMG STWCEC � � � iW�er s-r�,nar� + pF r+o�o ❑W P�aWs] � T�� ioeranFles cR�,oE T6 TOP OF Ct1R8 �1 + O � �IpENT1FlES CRJ�pf. TO FLC4NNE c7 I � �" � ��i�i {5oE F+wnc a.a.w_} �aWr � � Hue �wx�on o 5 �F��NT ��IDE FA�IN� �� � 0 � � � n � � � r � � � rn IOE7JlIFlES 1lMICN � ENd OF THE 'MNG eor�c s-r�,�€ea � � � + � TJC� �1 + O � � c� I � � pISTANCES FOR INLETS HUB 1NTH TF�CIC ��5� � �f� R�7h�iKF. — —�GE OF RAVF}.iENT STAMdARD 10 — 16 REC£SSEd 10" — 2{]" SfANdPRO ddJBLE 10' — 25.67 — — RECESSE6 d06JBLE 10` — 36-67 — — — — — — — — — �----- —'----------- —� � � � GkCf{ � INLFT � r- - � y�! I '.1�' - y�..' ' � ji :3i �ri W I �w ti . : [� � � � •� �i - k1A�HOLE QI F''.IFA 41 •' I ri .� � AA I �vnWc�� �� ��t� ��ti: � - +.� � '�w1Nc. FACE €�F IN! E'r Ff.CE �7FTI�lLET r�G£ �7F P�44.1ENT Edc� 0� PJ�I'Ek1�P�T O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 aac�c oF cu�a — — p.DVrLIhlS — — — EOGE {� PA4ErnENr-- — Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers VIII. Curb and Gutter Stakin� 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers Example Curb & Gutter Stakes �R�NT (SIDE FACING �] �F�ONT (51DE FACIhJG �) a I� 0 8��f� � �o�nFles orFser is ro {SI�E FACIN� R.D,W.} I[ eacu aF auae aa Fjc FCR FACE OF Cl1PH POINT HUB ELEVATI�N 0 � a�� IOENTIFlES 3TART P� POPIT OF OJRVANRE _ n n +' � T%C FRONT ia�nFlFs vao {soE Facir�c �} PaiN��oT F R 0 N T ° �`'� (�pE FACING �} N � 9C � � PT� � o TIo � 6 j� � + � N I I I I i�l $ � ��c � III I � N — � � � � N � � � � io€�rnFles ca�hoe is � I I I I jj T}� TO h7P OF CUPH — — c_ � I � N6 GRrDE ON I I o + RAPIIlS PpNTS — -� l 1 � + I � } �'�i��Lf'�7��•�f,��^,I���i4� 1 � I � . . , - � � i ' : i I ! � �. � .. .. .. _ � -� ��—� �f f�! � � � � �I �_ �� �c� � ���� �� jr �i �c�/ 1 ! f � I 'R�, / f1 {I �I 1 ��, � • ! t � ��—�� � / r FACE OF CURB I I _�� ��� �� L. --- � � �l� FLOV4LI NC EGGE ;3� FAk1Eh,iCN-r � �� �� ,� ff �! �--�rf �� f / I �— _—� Tf1P C� C:URR - � � _�� � �f�� �� � �—� �� - `- �.- --.� � � � / \ip �� �-' � � � �{r - x �{r � ��� �,� _ �x �� } �r BA�K GF �UI?L �ti �--- �xx ��� �--�---- {� �r_� , � —r� ��� ����� ��� �� Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers � � �N4y � 2�S?rc � 4 � � � Z dOmV � Q � ia� o�s m STA=2+50II � F+a� � �I' W L� � � _ 4 N o� ��+� ��� �- — — � q �� o�� z � � � N � ¢ � � � � Q � � 0 � N b X Q � z 4 � ur a x � � � � N Q � 0 � w z a 0 � � a � 0 �¢F � O H tis� � �l p �7 .l. b 7 O yi w F� �a W w d ,o� � ���� "' ��':� V z �w r � G � N 6 d � Q � q2s�a � �4� � a� n � --� P ��G / �wo� I ¢��a ��l 4��q ���/ .y}Q/ I w I �� � a 0 b�ii\¢ 4 4 � � _ � �„ ��I 33N'd151� 'X'dYi ,06 I � _W N Y�yJ �~V7 2' n7 T N F � z�Ws�, o ���o [} � j � 5� 4 d 4wat=rs m LL�a � d �z �O ❑F�� au��w �� W 9afla �6 N�V9 Cj I 3�F!'d1510 'Xb`V1 ,95 I J W � I I a oF�� d f � a��� �_ , � �a . wW� �YpF �Sl\ ��N �t ��` OG1�2 a�ad �`d� �� c u~i tia `�:� •, .n �- 3 � ---� � w w � d z o�� � � ��� � m a� c � o � � � � m � ~� ¢ �wwQ p � a � _ _ — � 4 � LiL h�ic�a� . � W O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers IX. Cut Sheets A. Date offield 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 Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: City Project Number: Project Name: ❑ OTHER 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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 FittingsJ Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizesJ Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipeJ elow off valves (Manhole rim and valve IidJ Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers E 9�fi,i�X \� \ W 3 a � �y d � � e ; � 3�@3� ��� i ' �� %4�g �@ aa , F��F '��� �� �� °s �s �i. � � �� a mse a� � �W�a � � �g � �� � a§ E ��� x� � �y�} � � �� m � 4 � � � 6 ���4� � �€� ��$ tm�� �� � �� � $q�� ���� $ :��:� m ��� �F� �L�aP � �,�`�a.w� E i �`@ S � a��p�� � �` � a_ �''�F. �,+� ��:�5's ��€ �� SL��aaLL;$ aR Ili �� � � � �� s s��� � s aJ �p� �� ��� '� �;� � -- A`- �i a �`�; �, �, � � €���� � �� c a5 � .�:;' � Yx �- a � a �{�} a y �� -yb "3 a�� �¢e£�3 d�.Y9� , � a a �� SI � ��� a��:,= � g b�s� � �' � ���:gs �'�^� � 3$ a �y�¢ :seri Yk� �, �€I���y 4 e� & } 3 � o _u k � LRh���.�6� � � n ,� '3 g� 8 � a �I Gc o- v s +Nr7 r�jy ._ : � _. .. � � , - �' 4. � �-n � - : � rrF � �t � i .^r�r,'� ' i i .0 � �+, , -� , ,: :.- � l_� , � , �_ — �. �� � � � �. , 2 ; � P ' ��_ .. � i. � i: : � rr. '' � r ��.;.. . . �,; � . _ ' �,. - �i� � -- ,F«�.. � � r- ' a� ; : : , i , �i r � ; " ; ,�1 :. i �:, . � ,i p . _.-,- . ��„ _ �� w �' _ . � :. ... � : � � :,,, d� k ` � 4 � '� . P :.1 I ' _ S . ... .. �1 1 _ � 'l� . . _ i _. . _ ... ...... .._ pl�r... �' ...... � .. p� � . . .. e k r � % . .,. � � ! — � h 1 � .. . _ ' . _ . j� � I r F� . � � 4 Y .., . �. . " � . ,,.... g . I�II . .if . ' 1 � � � � i �� :. _ �a � r..' I ' ( ��- 7 s� ,. . � ;.. ' . _ , .. j,.� . .� ;_ i , _ a _ �r-�.— � ; s f.�� . � . i� �3ss �' � � _:. _ �_ _,�.�.�, r; ��— ..., m. .. _� . - .�:: v � ��t'� . A ' �� , N4 �.n„t4 � �� I +s...jl�i:k . �� ..:: „ . . _ _ . T. . a-., ,. ..: ��..... I .... .... I Illli�ll . .��... Fi' . �I�� - ai . � � . � _ -_ - .s.., � . ; O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers �A a�o - rrwt nr.c�.�r-cw � , �� �,qm - i�wz rFmrn cwt �px prm�. �xwA'� � f�zx �zr� t�Qssnawz. eexa ���; Frra�a+'r� �c �� (. E'27j!`x3� !9Z �- - `�� �. �/ sr►. ws�m - iz wL rF�arn da1 �we r� skv� Fxisr G+VE YH1rE� & IaEDtlCFR aavNEcr ro �x�sr.aw,ar� INSTAIL• f-12'SA�JD SLEEVE sr►.a�r- rxw� F iz x a�uic�rr rxs7',vi, F rec,vE v.uv� :� ,� 1 r�z,�rv�r. � N�6497035.894a . , . �' N�447G915f25 C-2251S73TJ73! � E•7r5fi3fI570 wr �5m� �c�4 `-,. ` s,�� �Rrt. � �� - ..�.:��'� E a� BLK 6 s.� wr�+M+ei.rv}wwn ` �umnm +wd�ox�. ud x� • ceuse+e. REWVE EYlSf. .`� !2'W�PER / � CP. •I�f �y .X. � � �y�A�� x�• E'}_ �'�C�--�/� y ELEV.7.i2�f2 Q ��� ti ��0� � �����2 !/ � • �`' �4 'yF rsN •r / � �,s� � � 1 � �����'f/ , v CP-•4 :Y'pIT i�'wfiQ�ae�.ro E-�3�9�JQ Fl FV. �z.i�a Yhmr � �� �� �, s�+ 1 r8� �2 � rz ww'eR � f� �J� i. 6 55- � F � RE►�Ci'E & SAlVAsE 4, ' EYbf.C�PE VA6'E 57',t o�32&] -12'w �r a �rxsrw: F 1� 45YEfiT BEMD �r� cs.m, e.wm awcro�r wom � N-6W7017:4&41 cmN i..ra :�L E•2�K.3153072 "�^+�•' �f STA 6�l7D] — I,ZWL fFlA'D LiRI �A G57S8 —!P W SYA Cr60.58 — 12'W1 ixsrul, ursr�tc. nvsrul, N rz �r. swa sc�v� h rr �s-v�vr. e�n+a r rrssv�xr, eFxa 5� rF eo� rrw.Q�R w� N�ssrrnss{�, ,v�srresa�;, CLIMNEG7 TO EXIST. !£' IYATER �'2�3032B13 E-P25K'St]IA37'Q N�9�fTfa592+'9 E'225Yii099736 �� PROPOSEI] SANfTARY ' 5E'E Sh'�E \` � O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers srAu,�rs - e�w� �C ��,' 11YST.Vl `1. { �.'� tizx ���,aa r� : _�� �ssu'� vw�e+il — F Faae xrrvuYtrr - - � n rf akra�wvr rF�o 7-l�61PE YACY� ,Y�54P03[Ef72d9 �'�28923A8 f [7T ! Sd C�p4u�! N} p.Fyf MM.1 um�.+r.. H E�x arn n kW.• Lfvand'S �� 9Z6ld-X 'c;:l'saWM1v�ss'd 'd �YSJ �� � 2��C as�" 3u �_ ,. y��� 's � WEs�� ���s ��� oY ¢ � . "we�� ��� W� y ���- �e �, y�W�3 �g' $m ��$ ae � g� 'er"e �S �8 s � �s � � ��� �� e W h � "�3 � ` � �� �W 3 � � � � � � g� I����� 1� � ��F�� � � ��� �� .-�R9 �$u8� h ? L =5 ` yg� � �`���= Y ����e ? $�� £��, ��M��e t��'� �� � 8 0 � � � � � .=�:g m �`� ��� 3�,���� a�€��� a o� � �' ¢� �� � � ! �, � �� � 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 s � 1 � y '"',^-� � ow �' - S �. ������ ��' �� g `a�,�u�� � � �Y! � �n � ml� �` 6 �� �a�`�"'C�§ �t �Rf la' ao�� c �� �I � u � P � b'' G �� � v e g < � �u3� 8 `S � � ��: '# 4 ..� � � a�a � � � � ���„� �� � �g� � ,s a �, �� ti�� �q �y���� ��s� _Ys 3�„�j�vi.-� ��� a ���� � r.����z �x� �� I �� ���3 �t 4 S � �y:�'a` z. 5�� ,.I �_ 0 ��t G��je��r� � � 3 J��' 'I e g. ; � ��n�€�=p r � ;'.��I��� a s��y: - �� � �� � � ,: �� G ^, m .. �� ..:. ... ..... , :�:.: �, � . .. � . ... _ . . . �-: . ..��_ _ .. , ..... .....� �"�1?'.....��If! 'J1�y0'R I ...... ..... .�.ii ,_�� m i�� ra;� � I �n� .. I � j I .�. Y„�. :: '..I I � I:. 7 � � ��. I �,, � [ ..I I-' � � • I lns� ..i , . � I IIIIII.. I :.. � I{..., �.. � � � � I '�' ..�,.� i �;�. �..� _'�' . r! �III 'i ij,�" .. I � � �f �, .. Y 1 , r. — , I , �; , �} _ F � � i �. 7 �� 1 :� � f i �f,�1 .. i . r : , . r �x i r� I�I.: i i i � ' I� �.J i i i I.. j _'�- ... I li I ii i �I Ir�Y� ��� ' jr I : i � .I!4 . '7��� i� � � I �. .:,� . '' 1� I 1 - _ �, ...... I ^ �; _ . � w . . _ 'LI� .. .. � 1 ^ I � � ` , ..... �� �. v � . 1_ �..A . .z . \�^� � � 1 � V ° , � _ � 7! F �� � - V. . ... I„ �. .. . i i � � _ i i � i �s �� I _ . f r '.� � .. �4 � �r �� ��� h w 4IW ` '+p M � �f� � � , i 1I : V 1 . � i .',, -'i - . I r� .... �a'�' r r �m iillillli ii I ii � �i i i I i: � I : i � i ��., �� IIIIII.�I.I � I r I �r� I�I'.li i ��;�� � ' li .:"il i� � i .. __r _. . a,� _ � I �� I..,' i.,i; i i i .'.'+ , I i f!f � � sm �L� 1 ��; , �, � � f� 'I I _.. �;,� „ I . � �i::S . 'ur _� . ��y . � - ; ;. � ' _ i r r. �, � jillli i"i . .__ � '� � ., ; r '� �� f r ' ��� - - � � -- , .. � .: . i_�� 4 �� � + Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers uHRty Eerrlf ii I BLK ?9 �� : cor z 'i I Q ira� a�rea Fn n.Fon wmn CQ7 3 �+'03 c."i�m ko w.rar uenn � �.n�m,�,�. 0. w f s,wrr.wr sEw�rs - c�„�,�a � I I S s�r,v� wi ct�va�r e o��.I .s �wa.n �; 'LAYTON RD. W. - � � 5r"`" "�� i6'frm � � `�' ��..�___ j_� 1`�.�.� ____�- 5x•� @ �� � ��L �RL h'M� V I,. �� CV G-WX � J� Ex.IZW�er � �� warER . o � � �`�"��A UNE A • L-3654 , �P - � ,� .�. � �Ci � y g_� � � Q � � sss� ex. a s— d � . ,. �_` c�. ` w.:rc `- o.�ro �� �w.v � m..� r", � w.' cos� i� �,�� �ad r � ��cor � � � --- � �r � ------ --�— ; � �� - � � � �`.v Z ,�� � ' /,% / jQo,� ,zcu �mavE ex�sr. � �I �� 8 �wNL SEi1'FR �P �5� i rica�r �sM' � � i / �+�i/ .V bh�i ST,I F�A — d 55 UNE A- LOT 2 I� '' • EX15T. 57A0'04L 3A7 - asw cy�m+ na ,,.Fe,wo,m i �i m .� FJ(157. STAh7GLL-.36S4 va". i�c°� 3os i i REYWE FX15T.SSYN '� �y� � WNSTRGCf 5 lF OF SSS UNE �, (YAYST.f pA55Mfl INGLULI` /"�-' i �%` LLlSC.CIXlAR & MN fNSEfii j ' i: W/ CORRQSNM' PRUTEC!'ttM' r y` �J r__ j / i � �LIVNELT PhyP.SSS (A9Y7 `�� LCM'NELT P1�W.95S (NE8AY1 TO Ahq°.SSyN- N£9468l5.6252 E-22%f55923! CITY 1VIt�,P NO. 2018 380, 201E Iv1APSC0 PAG�. NO. 74N, 5, T'. � �� p1�oi �1 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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. PO[NT N0. 1 z 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 3S 39 40 41 4z 43 44 45 46 NORTHING 6946257.189 6ga6z6o.a93 6946307399 6946220.582 6946195.23 6946190528 6946136.012 6445fl02.267 694fi003.656 6945484.677 6945486.473 6945895.D77 &945896.591 6945934.286 fi945936J27 69458 3 5.678 6945817.488 6945759J76 6945768.563 b945743.31$ 6945723219 6945582.21 6945621.902 6945643.407 6945571.059 6945539.498 6945519.834 6945417.879 6945456.557 6945387356 6945370.688 6945383.53 6945321.228 6 945319 3 6 5 694524�.289 6545233.624 694520fi.483 6945142.�15 6945113.445 6945049A2 6945D41.024 6945038.878 6945005397 6944944782 6944943.432 6944860.416 EASTING ELEV 2296079.165 2246062.141 2296038.306 2296011.025 2296015.116 229602L721 2295992.115 2295919.133 2295933.418 2295580.52 2295$69.89Z 2295866.962 �295862.188 2295841.925 2295830.441 2Z95749.7W 2295827.011 2295755.643 2295778.424 2295788.392 2295754.394 Z295744.2� 2295669.471 2295736.Q3 2295655.195 2295bb7.803 2295619.44 �295580.27 2295643.145 2295597.1�1 2295666.793 229561D.559 2295551.105 2295539.728 2295570.715 2295544.526 �?955z9.305 2295557.666 2295520.335 2295527345 2295552.675 229555Z.147 2295518.135 2295520.635 zz9ssss.a�9 2295534.397 �ESCRIPTION 726.D9 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 SSMH RIM 722.123 GV RIM 722.325 FH 719.448 WM Rlh! 713.331 WM RIM 713.652 CO RIM 711.662 SSMH RIM 71Q.Q46 WM RIM 7077Z WM RIM 708.205 WM RIM 709.467 WM RiM 710.084 CO RIM 707.77R SSMH RIM 708.392 SSMH RIM 711.218 SSMH RIM 710.086 fiV RIM 710.631 GV ftIM 712.849 GV RIM 716.586 WNE RIM 723.76 WM RIM 719J37 CO RIM 727.514 SSMH R1M 729.123 WM RIIVI 732.689 WM RIM 740.521 W€vl RIM 736.451 CD RIM 740.756 GV RIM 740.976 GV RIM 740.408 FH 74634 WM RIM 746.777 CO RIM 748.454 WM RIM 749.59 SSMH RIM 751.058 WM RIM 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.801 WM RIM 752156 WM RIM 752.986 SSMH RIM �'f i . ��, - r! �. � ��! k-- ��.?1�-- � .. . ��_ F`- fi • - � � � i ,�C . IJ , CE--f� ili.; { ,r L; - �- • l � ,_ fi _ ( <� G � 11�-("}°', <'_ `. r 1� % �'F ,.� �/,�, r �. �� � _� C f4�����'�47��) .� L G 5��� Z-- i- �i- 1 S�i(i � ^�� ' �+� � L C'r , � �'-� ���'��" �- ��,� L. � '� '' �� � �'� ' /\ �'.�' F 7r i '� `, )�,-� �l rj�F��y. � ��� � ;� �,,�E � i i=• ��,��'iJF�,.��-- � ,_ - O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 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\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers 017423-1 CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL f��.Yll►I I►I /\ 7•1 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specifed 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] 110 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 STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] 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 31 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] 310 CLEAI�TING 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 STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 017423-3 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 L 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 STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 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. 311 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers oi �n9 -i CLOSEOUT REQUIREMENT S Page 1 of 3 1 2 3 PART1- GENERAL C���.Yi111 I►I /\ 7•1 5 6 7 8 9 10 11 12 SECTION O1 77 19 CLOSEOUT REQUIREMENTS A. Section Includes: 1. The procedure for closing out a contract 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 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 L 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 27 28 29 30 A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2- PRODUCTS [NOT USED] 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised March 22, 2021 Contract for Miscellaneous Sewer Projects Various Project Numbers oi �� i9 -a CLOSEOUT REQUIREMENT S Page 2 of 3 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 O1 78 39 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 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specifed spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all 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 allotice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised March 22, 2021 Contract for Miscellaneous Sewer Projects Various Project Numbers O1 7719 -3 CLOSEOUT REQUIREMENT S Page 3 of 3 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 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 (if required) 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 Letter of 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 [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 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 O�ven 3.4 C. Added language to clarify and emphasize requireinent to "Clearing ROW" 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Small-Scale Infrastructure Program Unit PriceConstruction Contract for Miscellaneous Sewer Projects Various Project Numbers 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL f��.Yll►I I►I /\ 7•1 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 O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal a Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised December 20, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers Ol 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 ofproduct, and major component parts of equipment. 2) Provide indexed tabs. £ 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. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised December 20, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers 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. 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 Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 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 instrucrions 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 £ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised December 20, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers O1 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 £ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised December 20, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 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. S.A.1 — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised December 20, 2012 Contract for Miscellaneous Sewer Projects Various Project Numbers 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION Ol 78 39 I' ' �a1��r3�LK� �� � �Z��J �1�I►�C.y PART1- GENERAL ��.YII►I I►I I\.7•1 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDiIRES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records L Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments 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 STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers Ol 78 39 - 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. 110 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 jNOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURIVISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAiNTENANCE DOCUMENTS A. Maintenance of Job Set L Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 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 O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the j ob 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 STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments 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 [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJLTSTING [NOT USED] 3.10 CLEAIVING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICnTION DOCUMENTS Small-Scale Infrastructure Program Unit PriceConstruction Revised July 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers APPENDIX GC-6.07 Wage Rates GR-01 60 00 Product Requirements APPENDIX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects Various Project Numbers GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICA7ION DOCUMEN'fS Small-Scale Infrastructure Program Unit Price Construction xevised 7u�y 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Small-Scale Infrastructure Program Unit Price Construction Page 1 of 1 Contract for Miscellaneous Sewer Projects Various Project Numbers GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICA7ION DOCUMENTS Small-Scale Infrastructure Program Unit Price Construction xevised 7uiy 1, 2011 Contract for Miscellaneous Sewer Projects Various Project Numbers FORT WORTH�: CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Comoonents 33-39-10 fRev 2/3/161 07/23/97 33 OS 1 i Ucellane Hvdro hiGc Watecslo Asalu Ko ��o KK Adeka Ultra-Seal P-201 AS7TVI D2210/D412/D792 Ol/26/00 33 OS 13 Offset Joint Poe 1' Dian�_ MH Hanso� Concrete Producfs Dra«�in No- 35-0048-001 Ol/26/00 33 OS 13 PcoFle GasAet foc 1' Diam_ NIIi_ Pcess-Seal GasAet Co - 250-1G Gasket AS7TVI C-443/G361 SS NIIi 1/26/99 33 OS 13 FIDPH MaN�ole Ad iislment Rin s Ladtecl� Inc FIDPB Ad iistment Rin Traffic and Non-Ixaffic area 5/13/OS 33 OS 13 Manhole Extecnal W�a C. nusa - CPS Wca id5eal MaN�ole Enca s�ilation Scstem Water & Sewer - Manholes & Bases/Fiber�lass 33-39-13 f 1/8/131 1/26/99 33 39 13 Fibe�' lass �[anhole Fliiid ConlainmenL Inc- Flo«�Ute ASTM 3753 Non-Ixaffic area 08/30/O6 33 39 13 Fibecq4 ss Manhole L F_ Manufactucin Non-Uaffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectau�ular 33-OS-13 fRev 2/3/161 33 Oi 13 Manhole Fcamcs and Co� crs Wes[ecn Iron WorAs_ Bass & Hacs Foimdn� 1001 21"�10" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard Boundl 33-OS-13 (Rev 2/3/161 33 Oi 13 Manhole Fcames and Co� ecs Wes[em Icon WocAs Bass & Hacs Foimdn� 30021 21" Dia- 33 Oi 13 Manhole Fcames and Co� ecs MCKinlec Iron Wocks Inc- A 21 AM 21" Dia- 08/21/18 33 OS 13 Manhole Fnmes and Cocees Neenah Foundn� R-1272 ASTM Al8 & AASHTO M306 21" Dia- 08/21/18 33 OS 13 Manhole Fnmes and Co� ees Neenah Foundn� NF 1274 ASTM Al8 & AASHTO M306 30" Dia- 33 OS 13 Manhole Feames and Co� ers Si ma Co ora[ion NIIi-111N 33 OS 13 Manhole Feames and Co� ers Si ma Co oration NIIi-113N 33 OS 13 Manhole Feames and Co� ers Pont-A-Moiisson GTS-STD 21" dia- 33 OS 13 Manhole Feames and Co� ers Neenah Caslin 21" dia 10/31/O6 33 OS 13 Manhole Fnmes and Co� ecs Hin ed Po�a�erseal Hin ed Ducfile Icon ManLole ASTM Ail6 21" Dia- 7/25/03 33 OS 13 Manhole Fcames and Cocecs 5. int-Gobain Pi eGnes Pamccx/rexus RE32-RSFS 30" Dia- 01/31/O6 33 OS 13 i0" Dia- PAEi Rin and Co��e�' East Jorda� Iron Woeks V 1132-2 and V1183 Desi ns :1ASHT0 M30G01 30" Dia- 11/02/10 33 OS 13 i0" Dia- MH Rin and Co��e�' Si ma Co oralion NIIi16i1FMN & NIIi16i02 30" Dia 07/19/11 33 OS 13 i0" Dia- MH Rin and Co��e�' Sfae Pi e Producfs MFLt2FTWS5-DC 30" Dia 08/10/11 33 OS 13 i0" Dia- PAEi Rin and Co��e�' 4cwcast 220700 Hea�1� Dntv �citl� Gasl:et Rin 30" Dia 30" HRGO XL Assemblv 10/11/13 33 OS 13 i0" Dia- PAEi Rin and Co��ec Hin ed & Lockable 8as[ locdan Iron Works �vith Cam Locl:/MPIC/T-Gaskel t1S5HT0 M105 & ASTM A536 7�" Dia O6/01/17 31 OS 13 i0" Dia- PAEi Rin and Co��ee LocAable CI SIP I�dushies 2280 32" A57TVI A 18 30" Dia- 12/0523 33 OS 13 30" Dia MH Rin and Co��ec Hin ed �, Lockable CI SIP Indiis[cies 3267WT - Hin ed 32" A57Tv1 A 18 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 OS 13 30" Din. MH Rin nnd Cocer Com osite Access Pmdnets, L.P. �v/o Hin� 30" Din. 10/07/21 33 OS 13 30" Din. MH Rin nnd Cocer T�umbull Mannfach�nn 32"(i0") Frame and Cmer 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 (Rev 2/3/161 33 �5 13 Manhole Frames nnd Cm-e�s PonhA-Monsson Pamti ht 2d" Dia. 33 �5 13 Manhole Frames nnd Cm-e�s Neenah Cnslin 2d" Dia. 33 OS 13 Manhole Frames nnd Coce�s Wesle�n Iron Wod;s.Bass & Hnvs Fo�ndn' 300-24P 24" Dia. 33 �5 13 Manhole Frames nnd Cm-e�s McKinlev Imn Wo�As Ine. WPA2dAM 2d" Dia. 03/O8/00 33 OS 13 Manhole Frames nnd Cocus Acencasl RC-2100 ASTM A d8 2�" Dia. 03/20/01 33 OS 13 Manhole Frames nnd Cocus (SIP)Seram o�e Indushies Pm'ate Ltd. 300-21-23.75 Rin� and Co�'er AS7TvI A�8 21" Dia. Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 33 3Y 10 Manholc. Prcc�st Concrcte Hvdro Cond�it Co SPL Item #V9 ASTM C�78 1tl" 33 3Y 10 Manholc. Prcc�st Concrete Wnll Conceele Pi e Co. Inc. AS7TN C-V13 18" 09/23/96 33 39 10 Manhole. PrccnsL Conc�ele Conerete Pmduet Inc. ltl" I.D. Manhole u'/ 32" Cone ASTM C�7K ;K" �c/32" cone 12/Oi/23 33 39 10 Manhole. Precnst Conerele The 7hrner Com Am� 72" ID. Manhole w/ 32" Cone ASTM C d78 72" Oi/OS/1S 33 39 1� Manhole. Precnst Conc�ele The 7hmer Com nm� 48", 6�" I.D. Manhole u�/ 32" Cone ASTM C d78 ;8", 60" lll/27/06 33 39 10 Manhole. Precnst Cone�ele Oldcastle P�ecast Ine. 48" I.D. Manhole u�/ 2d" Cone AS7TvI C d78 48" Diam o� 24" Rin 06/09/10 33 39 10 Manhole. Precnst (Reinfomed Polvmer)Conerete US Com osite Pi ReinYoroed Polvmer Cone�Ge ASTM 676 A8" to 72" 09/06/19 33 39 2� Manhole. Precnst Cone�ele Foee�ra Pi e nnd P�ecast 60" & 72" I.D. Manhole u�/32" Cone ASTM C-76 6l1" & 72" 10/07/21 32 39 2� Manhole. Precnst Cone�ele Foee�ra Pi e nnd P�ecast d8" I.D. Manhole w/32" Cone ASTM G77 ;8" 10/07/21 33 39 2� Manhole. Precnst (ReinYomed Polvmer) Coneeele AanomcA d8" & 60" I.D. Manhole u�/32" Cone 48" & 60" lll/07/21 33 39 2� Manhole. Precnst (Hcbnd) Pol��me� & PVC P�eAI S��stems d8" & 60" ID. Manhole u�/32" Cone 48" & 60" Non T�nffie Aeeas ASTM G378; A57TVI C-923: 03/0723 33 39 20 Mauholc Precast Concrele 4meriTex Pi e and Prodacts_ LLC d8" � GO" I D_ ManLole n'/32" Coue ASTM Gil3 03/0723 33 39 20 Manholc Precast (Rei��foeced Polvmee Connele P3 Polcmers_ RockHaedsc 18" � 60" I D_ Manhole �c/32" Cone Ol/28/07 Vtanhole. Peecasl Reinforced Polcmer Connele Anu[ech USA Me��er Pol��ne[e Pi e Sewer -[WACI Wastewater Access Chamber 33 39 40 Fo� nse o�hen Sld. IvIIi cannot be 12/29/23 33 39 20 Wasteu�ater Access Chamber niekstream Solutions, Ine. Te e 8 MainlenAee Shaft (Poo it) inslalled due lo de th Water & Sewer - Manholes & Bases/Rchab Svstems/Cementitious EI-14 Manhole Rehnb Svstems iude� 04/23/01 EI-14 Manhole Rehab Svstems Standnrd Cemenl Meterials. Ine. Reline� MSP E I-11 Manhole Rehab Svstems AP/M Pennafonn 4/20/01 EI-14 Manhole Rehab Svstem Slmn Com Am Stron Senl MS2A Rehab Svstem i/12/03 EI-14 Manhole Rehab Svstem (Liner) Tri lex Linin Svstem MH re air rodncl ro sro infilhaHon ASTM Di813 O8/30/06 General Conerete Re air Fle�{rete Teclmolo ie Viml Polveste� Re air Rodnet Mise. Use * From Original Standard Products List FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious Oi/20/96 EI-14 Manhole Rehab Svstems S rnvm . S�n�� Wnll PohurethAne Contin ASTM D639/D790 12/11/01 Coalin foc Coaosion roleclion Exterioc ERTBCH Series 20230 and 2100 As Lalic Hmulsion StnicR�ces Onlv 01/31/O6 Coalin s fo�' Coaosion Proleclion Chestecron 4m 79L S1HB. 51, 52 4cid Resisfance Test Sen'ec 4 IicaUons 8/28/2006 CoaUn s fo�' Cortosion ProlecUon Warten Hm'ironmental 5-301 and M-301 Sen'ee 4 IicaUons 33 OS 16_ 33 39 10. RR&C Dampproofing Non-Fibered Sp�ac For Extecioc Coating of Concrele 03/19/18 33 39 20 CoaUn foc Coaosion rolecUon Extenoc Shernin Williams Grade As haUc Hmuls�on StnicR�ces Onlv Water & Sewer - Manhole Inserts - Field Ooerafions Use Onlv Bev 2/3/161 33 Oi 13 Manhole Insect K�ulson Hnte �ises Made lo O�der - Plastic ASTM D 1218 Foc 21" dia- 33 Oi 13 Manhole Insec[ Soulh Weslern PacAa in Made [o Ocdec - Plas[ic ASTM D 1218 Foc 21" dia- 33 Oi 13 Manhole Insec[ Noflo�c-Inflo��' Made lo OMec - Plaslic A57TVI D 1218 Foc 21" dia- 09/23/9G 33 OS 13 Manhole Insect Soatha'estern Packin � Seals, Inc- L�feSacec - Slainless Steel Foc 21" dia- 09/23/9G 33 OS 13 Manhole Insect Soatha'estern Packin � Seals, Inc. Tetl�erLOA - SfaiNess Steel Foc 21" dia Water & Sewer - Pioe Casine Soacers 33-OS-24 f07/Ol/131 11/Ol/02 Sleel B, nd Casing Spaars Advanced Produc[s and Svscems_ Inc. Caebon S[eel Spacers_ Model SI 02/02/93 Slainless S[eel Casing Spacee Ad�-anced Peodiic[s and Svs[en�s, Inc. 5[ainless S[eel Spacer_ Model SSI Ol/22/87 Casing Space�s Cascade Wa[ern�orAs Mamifacniring Casing Spacees 09/11/1D Slainless Steel Casing Spacec Pipeline Seal and Insulator Stainless Steel Casing Spacec Up to 48" 09/11/1D Coaled S[eel Casin Spacees Pipeline Seal and Insula[or Coa[ed 5[eel Casin Spacers Up ro 18" OS/1D/11 Slainless S[eel Casing Spacer Po��erseal 1810 Po�y'erchock Up l0 18" 03/19/1S Cnsing Spacecs BV✓M SS-12 Cnsing Spacec[Shainless Steel) 03/19/1S Cnsing Spacecs B� FB-12 Casing Spacec (Coated Carbon Steel) for Non�ressnre Pipe and Geouled Casing 03/29/22 33 OS 13 Cnsing Spacees CCI Pipeline Scstems CSC12, CS512 Water & Sewer - Pioes/Ductile Iron 33-ll-10(1/8/131 33 11 10 D�elile Imn Pipe Gnffin Pipe Prodncts. Co. SuperBell-Tite Dnctile Iron P�essn�e Pipe, AWVJA CIiO_ C151 3" thm 2�" DS/21/IS 33 11 10 Ductile Iron Pipe Ameeican Ductile Iron Pipe Co- An�eeica� FasUte Pipe (Bell Spigot) AW WA CI50_ CI51 1" Ilvu 30" Otl/2�/Itl 33 11 10 DncNle Imn Pipe Americ:m D�etile Imn Pipe Co. Amenean Flex Ring (Reshained loint) AW WA CI50. CI51 �" Ilu� 30" * 331110 D�clileIconPipe U.S.PipeandFoandryCo. AWWAC150,CI51 * 33 11 10 D�clile Imn Pipe McWane Cnst Iron Pipe Co. AV✓lYA C150, CI51 Water & Sewer - UHlitv Line Marker f08/24/20181 Sewer- Coatines/Eooxv 33-39-60 f0U08/131 02/25/02 H o.�� Linin Scslem 5. uereisea Inc Se��'ecGard 210R5 L4 Coun[�' N210-1 33 12/11/01 H o.�� Linin Seslem H�Yech Technical Coalin s Eetech 2030 and 2100 Seeies Ol/11/OS Intecioc Ductile Icon Pi e Coalin Indacon Protecto 101 ASTM B-117 Dnclile Iron Pi e Onlv 01/31/O6 Coalin s fo�' Coaosion Proleclion Chesteeron 4m 79L S1HB. 51, 52 4cid Resisfance Test Sen'ee 4 IicaUons 8/28/2006 CoaUn s fo�' Cortosion ProlecUon Warten Hm'ironmental 5-301 and M-301 Sen'ee 4 IicaUons Sewer - Coatines/Polvurethane Sewer - Combination 9ir Valves OS/25/18 33-31-70 Air Releasc Val� c 4 RL USA Inc- D02iLTP02 Com osite Bodv 2" Sewer - Pines/Concrete EI-04 Conc- Pi c Rei��foeced Wall Concrcte Pi �e Co- Inc ASTM C 76 EI-04 Conc- Pi c Reu�focced Hvdco Condurt Co� ora[ion Class III T�G_ SPL Ilem N77 ASTM C 76 EI-04 Conc- Pi c Rei��foeced Hanson Concrele Prodiicts - A57TVI C 7G EI-04 Conc- Pi c Rei��foeced Concrele Pi e& Prodiic[s Co- Inc- ASTM C 76 Sewer- Pioe Enlar¢ment Svstem fMethodl33-31-23 f01/18/131 PIM Svslem PIM Cor ocalion Polvelhvlene PIM Coc _. Piscata Way. NJ- A co��ed Pre�'ioash� McConnell Svs[ems MCLat ConslcucUon Polvelhvlene Houslon. Tc as A co��ed Pre�'ioasl�� TRS Svstems TrencLless Re lacement Svstem PolveWvlene Cal an�. Canada A eo��ed Pre�'ioasl�� * From Original Standard Products List FORT WORTH�: CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer- Pioe/Fiberelass Reinforced/33-31-13(1/8/131 7/21/97 33 31 13 Cent. CAsI Fibe� lass (FRP) Hobas Pi e USA, Inc. HobAs Pi e(Non-P�essn�e) ASTM D3262/D3753 03/22/10 33 31 13 Fibe� lass Pi (FRP) Ameron BondsM �d RPMP Pi ASTM D3262/D3753 03/09/21 33 31 13 Glass-Fibe� ReinYomed Pol��nerPi e(FRP) Thom son Pi e Gmu Thom son Pi e(Flo�vlile) AS7TvI D3262/D3753 03/0723 33 31 13 Fibecglass Pipe (FRP) Future Pipe Industries Fibecstro�g FRP A57M D3262. ASTM D3681_ ASTM D1161_ AW W 4 Md5 Sewer - Pioe/Polvmer Pioe 4/14/Oi Polvmer Modified Conccele Pi e Amilech USA Mever Pokc�ele Pi e ASTM C33, A276, FA77 8" to 102", Class V 06/09/10 EI-9 Reinfomed Pokmer Conc�ele Pi e US Com osite Pi e Reintomed Polvmer Concrete Pi e ASTM C-76 Sewer - Pioes/HDPE 33-31-23f1/S/131 Hi h-densiN olvGhvlene i Philli s Dnsco i e, Inc. O Nw�e DocHle Polvelhclene Pi e AS'IT1 D 1248 8" Hi h-densiN olvGhvlene i Ple�co Inc. AS7TN D 1245 8" Hi h-densiN olvGhvlene i Pollv Pi e, Inc. AS7TN D L248 8" Hi�h-densiN olvGhvlene i CSR Hvdm Cond�it/Pi eline Svslems McConnell Pi e Enlar ement ASTM D 1248 Sewer - Pioes/PVC (Pressure Sewerl 33-ll-12 (4/1/131 12/02/I1 33-11-12 DR-I�PVCRessurePipe Pipelifelelsheam PVCPressu�ePipe AWWACY00 �"Ihru12" 10/22/1� 33-11-12 DR-1� PVC Ressure Pipe Ro�al B�ilding Prodncts Royal Seal PVC Press��e Pipe AW WA CY00 ;" Ihru 12" Sewer- Pioes/PVC* 33-31-20 (7/1/131 33-31-20 PVC Se�cer Pi e 1-M Men�fnclnrin Co., Ina (IM E:� le) SDR-26 (PSl li) ASTM D 303A �" - li" 12/23/97* 33-31-ZO PVC Sea�er Pi e Diamond Plaslics Co oration SDR-26 (PSl li) ASTM D 3034 ;" thm IS" 33-31-20 PVC Se�cer Pi e Lamson Vclon Pi e SDR-26 (PS1 U) /1STM D 3034 ;" thm IS" 12/Oi/23 33-31-20 PVCSea�erPi e VimltechPVCPi e SDR-26(PSI15) ASTMD303� �"Ihruli" 12/Oi/23 3331-20 PVCSew�erPi e VincltechPVCPi e G�a�ih�Seu�erPSlli ASTMF679 Itl" 33-31-20 PVCSe�cerPi e I-MMnnnfacmnn Co.Ina (1MEa le) PS Ili ASTMF679 IS"-28" Oi/06/Oi 33-31-20 PVC Solid Wall Pipe Diamond Plnslics Co�poraHon PS 115 AS7TvI F-679 18" l0 4S" 03/27/06 33-31-20 PVC Se�cer Fillines Hacco SDR-26 (PS I15) Gaskel I�iLtin �s ASTM D-3031, D-1781. cLc d" - 15" ' 33-31-20 PVCSe�cerFillines PlnslicTcends.Inc.(WestlnAe) GasketcdPVCSc���rMeini�i«in�s ASTMD303� 3/IY201tl 333120 PVCSea'erPi e Pi elikletSheam SDR26(PSIli) AS7TvIF67Y IK"-2�" 3/IY201N 333120 PVCSea'erPi e Pi elikletSheam SDR2C, ASTMD303� 1"-li" 3/2Y2019 33 31 20 GasAeted Fillines (PVC) GPK Pmd�cls, Inc. SDR 26 ASTM D303� 1"- li" 10/212020 333120 PVCSea'erPi e NAPCO(WesHaAe) SDR26 ASTMD303� �"-li" 10/222020 33 31 20 PVC Sea'er Pi e Snnde�son Pi e Co� . SDR 26 ASTM D303� 4"- li" 10/212020 333120 PVCSea�erPie NAPCO(Westlake) SDR26PSIli ASTMF-679 Itl"-36" Sewer - Pioes/Rehab/CIPP 33-31-12 (Ol/1S/131 Clrzed in Plnce Pi e Insitufocm Te�a�k, Inc ASTM F 1216 Oi/03/99 Llsed in Plnce Pi e Nationnl Em�imlech Gmn NaHonal Liner, (SPL) Item #27 ASTM F-1216/D-i813 Oi/29/96 Llsed in Plnce Pi e Revnolds Inc/Inliner Teclmol •(InlinerUSA) Inliner Technolo • ASTM F 1216 Sewer - Pioes/Rehab/Fold & Form Fold and Fo�m Pi e Cnll�m Pi e Svstems, Inc. 11/03/98 Fold and Fo�m Pi e Insimfonn Techmlo ies, Inc. Insimfonn "NuPI e' ASTM F-ISOd Fold and Fo�m Pi e Ame�ican Pi e& Plastics. Ina Demo. Po� ose Onlv 12/04/00 Fold and Fo�m Pi e Ultrnliner Ull�nlinu PVC Allo�� Pi eline� ASTM F-150d, 1871, 1867 06/09/03 Fold and Fo�m Pi e Miller Pi eline Co . EX Method ASTM F-150d, F-19d7 U to 18" diamete� Sewer - Pioes/Ooen Profile Laree Diameter 09/26/91 E1�0-2 PVC SewerPi e. Ribbed Lamson Vvlon Pi e Cadon V�lon H.C. Closed Pmfile Pi e, ASTM F 67Y 18" to 48" 09/26/91 E1�0-2 PVC SewerPi e. Ribbed E.�tmsion Techmlo ies, Ina Ullra-Rib O en Pmfile Se�ce� Pi e ASTM F 67Y 18" to 48" E1110-2 PVCSe�cerPi e.Ribbed U onorETICom am 11/10/10 (E1�0-2) Polv ro vlene (PP) Se�cer Pi e, Donble WAII Adcanced DrainA e Svstems (ADS) SaniTile FII' Donble Wall (Com��aleA) AS7TvI F 2736 D3"-30" 11/10/10 (E1�0-2) Polv ro vlene (PP) Se�cer Pi e, T�i le Wall Adcanced Draina e Svstems (ADS) SaniTite HP Tri le Wall Pi e AS7TvI F 2764 3�" to 60" * From Original Standard Products List FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water- Appurtenances 33-12-10 (07/O1/131 01/18/18 33-¢-10 Double Slra Snddle Romac 202NS Nvlon Coated AW WA C800 1"-2" SVC. � l0 24" Pi e O8/28/02 Dooble Sl�n Saddle Smith Blnir #317 N�lon Coated Double Stca Saddle 07/23/12 33-¢-10 Double SI�A Senice Saddle Mneller Com m DR2S Donble (SS) Stra DI Saddle AW WA C800 1"-2" SVC, o to 23" Pi e 03/07/23 33-¢-10 Double SI�A Senice Saddle Pow�e�seal 3d50AS, IncL Co . Slo . Dbl SM , Stainless NSF ANSI372 1"-2" SVC, o to 1A" Pi e 10/27/87 Ll�fi Sto s-Bnll MGer Vakes McDonnld 6100M,610�MT & 610MT 3/4" and 1" 10/27/87 Cu�b Sro s-Ball Melec Vah�es MCDonald 1603B, 360dB_ 6100Iv1� 61007TVI and 6101M 1'/," and 2" FBG00-7NL FBI600-7-NL. FV23-777-W-NL_ 5/25/2018 33-12-10 Cacb Sro s-Ball Me[er Val��es Focd Me[ec Box Co_ I�c- L22-77NL AW WA C800 2" FB6�0-6-NL, FB1600-6-NL, FV23-666-W- 5/25201tl 33-12-10 L\�fi Sto s-Ball Meter Val� es Ford Meter Box Co., Inc. NL, L22-66NL AV✓V✓A C80� 1-1/2" FB6�0-3-NL. FB1600-3-M,. Bl l-�dl-WR- 5/252018 33-¢d0 LAifi Sro s-Ball Meter Vah es Ford Meter Box Co., Ina NL, B224A4-WR-NL, L2S-44NL AW WA C800 1" B-25DOON. B-21277N-3. B-20200N-3, H- AWV1A C800. ANSF 61. 5/25/2018 33-12-10 Caeb Sro s-Ball Me[er Val��es Mueller Co-_ L[d- ISOOON, . H-1552N_ H11227GN ANSIMSF 372 2" B-2i0110N, B-2�2�ON3. B-24277N-3,H- AWV✓A C80�. ANSF 61, 5/252018 33-¢-10 LAifi Sro s-Ball Meter Vah es Mneller Co., Ltd. liO�ON, H-14276N, H-U525N ANSIMSF 372 1-I12" B-2i000N, B-2020�N-3,H-IS�O�N, H- AWV✓A C80�. ANSF 61, 5/252018 33-¢-10 LAifi Sro s-Ball Meter Vah es Mneller Co., Ltd. 1i530N ANSIMSF 372 1" 01/26/00 Conled Ta � i Saddle w�ith Donble SS Slra s ICM Indnslnes, Ine. #;06 Do�ble Band SS Snddle 1"-2" Ta s n to ¢" 0/i/21/12 33-¢-ZS Tn m Slee� e(Coated Steeq 7CM Induslnes, Ine. Al2 Tn m� Sleeoe ESS AW WA C-223 U l0 3�" u�/12" Ont 03/29/22 33-12-25 Tn m Slee� e(Coated or Shninless Steel) 7CM Indusrties, Inc. �IS Ta �n Slee�'e AW WA C-223 Conerete Pi e Onlc Oi/10/11 Tn m Slee��e (Stninless Sleeq Po�ce�eal 3�v0AS (Flan e) & 34YOM7 A"-8" and 16" 02/29/12 33-12-25 Tn m Slee� e(Coated Steeq Romac FTS �20 AW WA G223 U lo A2" �v2�" Ont 02/29/12 33-12-25 Tn m Slee� e(Shainless Steel) Romac SST Shninless Steel AW WA G223 U ro 21" �c/12" Ont 02/29/12 33-12-25 Tn m Slee� e(Shainless Steel) Romac SST III Sheinless Steel AW WA G223 U l0 30" �c/12" Ont Oi/10/11 lointRe airClnm Pmce�eal 3232Be117ointRe airClmn 1"to30" Plastic Metee Bo� �dCom osite Lid DFW Plastics Ine. DFW37612-IEPAF FTW PlasNc Meter Bo� �dCom osite Lid DFW PlasHcs Ine. DFW39612-IEPAF FTW O8/30/06 PlasHcMeterBo��dComositeLid DFWPIasticslne. DFW65GId-IEPAFFTW Class"A" Conceele Meler Bos Bnss & Hnvs CMB37-B 12 I11 tl LID-9 ConceeleMelerBos Bnss&Hnvs CMB-1S-Dua11416LID-9 Conccele Mele� Bos Bnss & Hnvs CMB65-B6� 1527 LID-9 Water- Bolts. Nuts. and Gaskets 33-11-OS f01/OS/131 Water - Combination Air Release 33-31-70 [Ol/OS/131 * EI-11 CombinaHon Air Release Vake GA Indnshies, Ine. Empi�e Air and Vnenum Vake, Mode1935 ASTM A 126 Class B. AS7TvI A 1" & 2" EI-11 CombinaHon Ai� Release Vnke Molli les Menofnemrin Ca Cnspin Air nnd Vaconm Vah-es, Model No. 1/2", 1" & 2" EI-ll CombinallonAi�ReleaseVnke VakenndPrimerCo . APCO#Id3C#14iCand#147C 1",2"&3" Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/141 10/01/tl7 &1-12 DrvBnaelFi�eHvdrant Ame�ican-Dadin Val�e Draa�in Nos.90-IK608,93-18560 AWWAG502 03/31/88 E-1-¢ Dry Bn�cel Fi�e Hvdcant Amecican Dadin Valce Sho Dra�cin No. 91-18791 AW WA C-i02 09/30/87 E-1-¢ Dry Bnael Fi�e Hvdrant Clow� Co� o�ntion Sho D�Aw�in No. D-19895 AW WA C-i02 01/12/93 E-1-12 Dry Ba�cel Fi�e Hvdcant Ame�icnn AVK Com anv Mode12700 AW WA C-i02 O8/24/88 E-1-¢ Dry Bnael Fi�e Hvdrant Clow� Co� o�ntion Drau�in s DZOd35, D20436. B20i06 AW WA C-i02 &1-¢ Dry Bn�cel Fire Hvdcant ITT Kennedv Vnlve Sho Dra�cin No. D-80783FW AW WA G502 09/24/87 &1-¢ Dry Bn�eel Fi�e Hvdeant M&H Valce Com anc Sho D�A��in No. 13176 AW WA G502 SLop Dr:m'ings No. 6161 10/11/87 Prl-12 DryBanelFiceHvd�ant Muelle�'Coma�ry A-123CenWcion AWWAG502 Shop D�a�cing FH-12 01/li/88 EId2 DrvBnaelFi�eHvdrant MnellerComnm A-V23SnerCenlnrion2�0 AWWAC-502 10/09/87 &1-¢ DrvBnaelFi�eHvdrant U.S.Pi e&Foondn� Sho Drmtiin No.960250 AWWAC-i02 09/16/87 E-1-¢ Dry Bnael Fi�e Hvdrant AmencAn Flo�c Contml (AFC) WAleroos Paeer WB67 AW WA C-502 O8/12/16 33-¢40 Dn� BArrel Fire Hvdrant El (East Iordan Imn Wo�As) WaterMnste� iCD250 Water - Meters 02/Oi/93 E101-i Detector Check Mele� Ames Com nm Model 1000 Deleelor CheeA Valve AW WA CSiO ;" - 10" O8/Oi/04 Ma nelie Drice Veeieal Tnbine He�ev Mn neHc D�i��e VerticAl AW WA C70L Class 1 3/4" - 6" * From Original Standard Products List FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water- Pipes/PVC (Pressure Water133-31-70 (Ol/OS/131 nwwn cvoo. awwa c�os, 12/Oi/23 33-I1-12 PVCP�essu�ePi e VinvltechPVCPi e DRId ASTMD178; ;"-16" AWV✓A C90�. AWWA C605, 12/Oi/23 33-I1-12 PVCPressurePi e VimltechPVCPi e DRIri AS7TND17S; 16"-1S" 3/IY2(IIR 31112 PVCPressurcPi c Pi clifcictSt*c�m DRIJ AWWAC900 J"_I2" 3/IY2018 33 I1 12 PVC Pressurc Pi c Pi cliCc let Stroxm DR18 AWWA C900 16"-21" 5/25201N 331112 PVCP�essu�ePi e DiamondPlnsticsCo oration DRIA AWWAC900 3"-12" 5/25/2018 33I112 PVCPcessucePi�e Dian�o�dPlas[icsCo ora[ion DRIS AWWAC900 1G'-21" AWV✓A C90�-16 12/6/2018 33 I1 12 PVC Peessare Pipe I-VI Mam6aclunng Co-. Inc d/b/a JM Eagle DR 11 UI. 1285 ;°_28" ANSIMSF 61 FM 1612 12/6/2018 33 I1 12 PVC Peessare Pipe J-M Mam6acluring Co-, Inc dN/a JM Eagle DR IS � I6"-21" 9/G/2019 33 I1 12 PVC Pressure Pipe Underground Solu[ions Inc- DRII FWs�ble PVC AW WA C900 1" - 8" Y/6/2019 33 I1 12 PVC Press�re Pipe NAPCO(WesHnAe) DR18 AV✓lYA C900 16" - 23" 9/G/2019 331112 PVCPressueePipe NAPCO(Westlake) DRlI AWWAC900 1"-12" 9/G/2019 33 I1 12 PVC Pressuce Pipe Sanderson Pipe Cocp_ DRlI AW WA C900 4"- 12" Water - Pines/Valves & Fittines/Ductile Iron Fittines 33-11-11 (Ol/OS/131 07/23/92 E6�7 DncHlelmnFillings SlarPipePmduets,Ine. MeehanicallointFitlings AWWACI53&CI10 EI-07 Duelile Imn Fillin s Gnffin Pi e Pmdncts. Co. Mechn�ueal Joinl Fittin s AW WA C 110 EI-07 Duclile Imn Fillin s MeWnne/Tvler Pi e/ Union UtiliHes Division MechanicaUoint Fittinyrs, SSB Class 350 pqn,yp C 1i3, C 110, C I11 O8/11/9S EI-07 D�clile Imn Fitlin s Si ma, Co. Mechanical loint Fittings, SSB Class 351 pqn,yp C 1i3, C 110, C 112 02/26/13 EI-07 MI Fillin s Accncnsl Class 3i0 C-li3 MJ Fitlings pqn,yp CI53 �"-12" Oi/14/9S E607 DoclileImnlointRestraints FordMeterBo�CoN�u-Flnne Uni-FlangeSeneslA�O p�pClll/CIi3 1"to3G' Oi/14/9S EI-D3 PVClointResMints FordMeterBo�Co.N�u-Flane Uni-FlangeSenesIS�OLtisle-LocA pqn,ypClll/CIi3 A"1o24" 11/09/04 E607 Doclile Imn ]oint Restraints One Boll, Ine. One Boll Reslrained Ioim Filling AV✓WA Cl l UC116/CI53 1" to 12" 02/29/12 33-I1-I1 D�eHle Imn Pi e Mecha�ucal Joint Reslraint EBAA Iroa Ine. Me� I�g Series 110� (forDI Pipe) AW WA Cl l UC116/CI53 1" to �2" 02/29/12 33-I1-I1 PVCPi eMechnnicallointReslrainl EBAAImn,Ine. Me�1�gSeries200�(forPVCPipe) AWWAC11UC116/CI53 1"toll" O8/Oi/OS EI-07 Mechanicnl ]oint Retniner Glands(PVC) Si ma Co. Sigma One-Lok SLC� - SLCIO pqn,yp Cl l l/CIi3 1" to 10" 03/06/19 33-I1-I1 Mechanicalloint Reheiner Glands(PVC) Si mn, Co. Siynnn One-Lok SLCS� - SLCS12 pqn,yp Cl l l/CIi3 1" to 12" O8/Oi/0; EI-07 Mechanicnl]ointRetninerGlands(PVC) SimaCo. SigmaOne-LokSLCE pqn,ypClll/CIi3 ¢"toDi" O8/10/9S EI-07 MI Fillin s(DIP) Si ma. Co. Siynnn One-Lok SLDE pqn,yp CI53 4" - ZA" lll/12/10 EI-D3 Interior ResM ined ]oint Scstem S& B Techncial Pmdncts B���dog System ( Diamond Lok 21 & 1M pS7TvI F-1624 A" l0 12" OS/16/06 EI-07 Meehanicnl]ointFittin s SIPIndnstries(Seram o�e) MeehanicaUointFimnyrs pqn,ypC153 A"1o24" 11/07/16 33-I1-I1 MeehanicallointReheiner Glands ShnrPi e Pmdnets, Inc. PVC Shrgrip Senes �000 pSTM Ai36 AWWA Clll 11/07/16 33-I1-I1 MeehanicallointReheinerGlands ShnrPi ePmdnets,Inc. DIPStnrym'pSenes3000 pSTMAi36AWWAC111 EZ Gnp loint ResM int (EZD) BIAcA For DIP 03/19/18 33-I1-I1 Mechanical JointReheiner Glands SIP Induslnes(Sernm ore) ASTM Ai36 AWWA Clll 3"-�8" 03/19/18 33-I1-I1 Mechanical loint Refainee Glands SIP Industries(Se�an�pore) E� Grip Ioinl Reslrninl (EZD) Red for C900 A57TVI A536 AW WA Cl l l 1"-12" DRI� PVC Pipe 03/19/18 33-I1-I1 Mechanical loint Refainee Glands SIP Industries(Se�an�pore) E� Grip Ioinl Reslrninl (EZD) Red for C900 A57TVI A536 AW WA Cl l l IG"-21" DR18 PVC Pipe Water - Piues/Valves & Fittin�s/Resilient Seated Gate Valve* 33-12-20 (OS/13/151 Resilient Wed ed Gate Valce �c/no Geacs 4merican Flow' Control Secies 2500 Dcau'iu N 9d-202d7 I6" 12/13/02 Resilienl Wed e Gale Valce American F7o�c Control Senes 2530 and Senes 2536 AW WA C515 30" and 3C' 08/31/99 ResiGenl Wed e Ga[e Valce American Flow Control Seeies 2i20 & 2i2d SD 91-20255 AW WA C515 20" and 21" OS/18/99 ResiGenl Wed e Ga[e Valce American Flow Control Series 251G SD 9d-202d7 AW WA C515 I6" 10/21/OD EI-26 Resilienl Wed e Gale Valce American Flow Con[eol Seeies 2500 Diic[ile Iro� AW WA C515 1" ro 12" 08/OS/03 ResiGenl Wed e Ga[e Vah'e American Flow Control 12" and d8" 4FC 2500 AW WA C515 12" and 38" OS/23/91 EI-26 Resilienl Wed e Gale Valce An�eeican AVK Com am° An�eeica� AVK Resilienl Seaded GV AW WA C509 1" ro 12" 01/21/02 EI-26 Resilienl Wed e Gale Valce An�eeican AVK Com am° 20" and smaller EI-2G Resilienl Sea[ed Gale Valce Kennedv 1" - 12" EI-2G Resilienl Sea[ed Gale Valce M&H 1" - 12" EI-2G Resilienl Sea[ed Gale Valce Mueller Co. 1" - 12" 11/08/99 Resilienl Wed e Gale Valce Mueller Co. Series A23G1 SD G617 AWWA C515 I6" 01/23/03 Resilienl Wed e Gate Valce Mueller Co. Series A23G0 for IS"-21" SD G709 AW WA C515 24" and smallee OS/13/OS Resilienl Wed e Gale Valve Mueller Co. Miielle�' 3�" & 3G", G515 AW WA C515 30" and 3G" 01/31/OG Resilienl Wed e Gale Valve Mueller Co. Miielle�' 12" & d8", G515 AW WA C515 12" and 18" 01/28/88 EI-26 Resilienl Wed e Gale Valce Clow' Valce Co- AWWA C509 1" - 12" 10/Ol/91 ResiGenl Wed e Ga[e Valce Clo�c Valce Co- IG" RS GV SD D-2099i AW WA C515 I6" 11/08/99 HI-2G Resilienl Wed e Ga[e Valce Clo��' Valce Co- Clo�c RW Valve SD D-21Gi2 AWWA C515 21" and smalle� 11/29/Ol Resilienl Wedqe Gale Valve Clow Val��e Co- Clo��' 30" & 3G" G515 4W WA C515 30" aud 3C' ote 3 11/30/12 Resilienl Wed e Gale Vnlve Clo�c Valce Ca Clow� Valce Mode12638 AW WA CSIS 2;" Io 48" (Note 3) OS/O8/YI E1-26 Resilient Senled Gate Valce StocAlum Valces & Fi1Hny5 AW WA C 509, ANSI120 - stem, 4" - 12" EI-26 Resilienl Seated Gale Vnh'e U.S. Pi e and Fo�ndry Co. Metrvsra125D. ee uireme��s SYL M74 3" l0 16" 10/2G/1G 33-12-20 Resilient5eatedGaleValce EJ EastloedanlronWod:s E1FIo�vMesterGateVnlve&Boxes ��2;�18 Matco Gate Vah�e Matco-Noeca 22> MR AWWA/ANSI C115/:1n21_li 1" lo I6" * From Original Standard Products List FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 9pproval Spec No. Classsification Manufacturer Model No. National Spec Size Water-PioesNalves & Fittin�s/Rubber Seated Butterflv Valve33-12-21 f07/10/141 EI-3� Rnbbe�5entedBnnertlyValve Henrv-P�a1tCo. AWWA65�� 24" E130 Rnbbe� Sented Bnnertly Valve Mneller Cb. AW WA G50� 24"and smnlle� 1/11/99 E1-30 Rnbbe� Sented B�nertiv Valve DezunA Valces Co. AW WA GS�� 2A" nnd Inreer O6/12/03 EI-3� Valmntic American Bulterflc Valce Valmnlic Valve and Mnnnfacmring Cory. Valmnlic Ame�ican Bullerflv Vake. AW WA 65�� Up lo SA" din�neter OA/06/07 EI-30 Rnbbe� Sented Bnnertly Valve M&H Vnh-e M&H Slvle 4500 & IAiO AW WA Gi(li 2�" to 48" 03/19/18 33 ¢ 21 Rnbbe� Sented Bnnertiv Valve G. A. Indnshies (Golden Ande�son) AW WA C50� Bnnerflc Valve AW WA Gi(li 30"-iA" Water- Polvethvlene Encasement 33-11-10 (Ol/08/131 OS/12/OS EI-13 PolvethvleneEnwsment FlexsolPacAaging FnitonENerynses AWWACI�S 8mi1LS,D OS/12/OS E I-13 Polvethvlene Enwsment Monnlain Slales PlasHcs (MSP) and AEP Ind. ShanM�d FLudo-ace AW WA C1115 8 mil LLD OS/12/OS EI-13 Polyethylene Enwsment AEP Indi�stries B�Ilstrongby Cou�to�cn Boll & GasAet AW WA C105 8 mil LS,D 09/O6/19 33-I1-I l Polyetlrylene Encasmen[ NortlLLou'n Prodiic[s hic PE Encasemen[ foc D� AW WA C105 8 mil LLD Water- Samoline Station 03/07/23 33 12 iD Water Sampling SlaUon ECGpse Numbec 88 . 12-inch DepW of Bom As sho«'n in spec- 33 12 50 Water- Automatic Flusher HCfi-A-M-2-BRN-LPRR(Poch ble) 10/21/20 AutomatedFhishingSystem MuellerHydrogi�ard HG2-A-IN-2-PVGOIB-LPLG(Pe�manent) 04/09/21 Automated Fhishing System Kiipfede Foundry Companv �.ctipse #9800n�c 04/09/21 Automated Fhishing System Kiipfede Foundry Companv Eclipse #9700 (Portable) The Fo�l Wodh Wale� Depa�hnenfs Standacd Roducts Listhas been deceloped to minimize Ihe snbmitt 1�e��e�c of products which meet tl�e Fo�t Wo�th Walec Deparlment s Slanda�d Specificalio��s during otiliN consm�cfion p�ojects. lVhen Tech�ucal SpecificaHons fo� specific pmdncts. a�e included ns pne of Ihe Consm�cHon Contracl Docnmenls the �eqni�ements of the Technical SpecificaHon will oce�ride the Forl Wonh Wale� DepartmenPs SGndud Specifications und the Fo�t Wo�th Wate� DeparhnenCs StnnMrd P�oducts List and appmcal of the specific pmdncts oill be based on Ihe ceqiu�ements of the Teclmical Specificalion �chethu o� not the specific p�odnct meets the Fort Wo�th Water DepamnenPs Stnndud Specifications oc is on Ihe Focl Woclh Wate� Yello�c Highlieht indicales �ecent clwnges. * From Original Standard Products List FORTWORTH Routing and Transmittal Slip Development Services DOCUMENT TITLE: Small-Scale Infrastructure Program Unit Price Construction Contract for Miscellaneous Sewer Projects M&C:25-0567 CPN N/A CSO# DOC# Remarks: Contract documents are being routed to execute a contract with Wildstone Construction, LLC, such to provide construction services on an as-needed (task order) basis for the construction of projects relating to the installation of small-scale or infill developer-led projects, for the Development Services Department's Small-Scale Infrastructure Program. DATE to 1St Reviewer: INITIALS DATE OUT 1. Victor Tornero, SCPO ,�� 09/24/2025 2. Cannon Henry, Asst. Dir. �a� os�z5�zoz5 3. D.J. Harell, Dir. � 09/26/2025 4. Jesica McEachern, ACM � �0/o7�2ozs 5. Katherine Cenicola �� �o/os��o�s 6. Jannette Goodall, City Sec � io�o8�zo�s 7. Allison Tidwell, CS Office � �o/o9/zo25 DOCUMENTS FOR CITY MANAGER'S SIGNATURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, Jay will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes X No RUSH: ❑ Yes X No SAME DAY: ❑ Yes X No ROUTING TO CSO: X Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information X Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑ Yes X No ❑ Attach Signature, Initial and Notary Tabs Please call Tablisha Taylor at ext. 6250 for questions. Thank you.