Loading...
HomeMy WebLinkAboutContract 64126CONTRACT FOR THE CONSTRUCTION OF Water and Sanitary Sewer Replacement on Camp Bowie Boulevard: Will Rogers City Project No. 105062-4 Mattie Parker Jay Chapa Mayor City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department June 2025 Texas Registered Engineering Firm F-928 KHA No. 061018460 CSC No. 64126 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised March 7, 2025 CITY PROJECT NO. 105062-4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 03/07/2025 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised March 7, 2025 CITY PROJECT NO. 105062-4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/07/2025 03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 32 01 29 Concrete Paving Repair 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 17 Concrete Collars 03/11/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised March 7, 2025 CITY PROJECT NO. 105062-4 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 40 Fire Hydrants 01/03/2014 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 39 10 Cast-in-Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION DATE:Tuesday, September 16, 2025 REFERENCE NO.: **M&C 25-0904 LOG NAME: 60WSSCBOWIEP4-MCCARTHYBCANDKHAA4 SUBJECT: (CD 7) Authorize Execution of a Contract with McCarthy Building Companies, Inc. in the Amount of $3,808,673.77 for Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Part 4 Project, Authorize Execution of Amendment No. 4, in the Amount of $258,440.00, to an Engineering Agreement with Kimley-Horn and Associates, Inc. for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project Part 4 Project, and Adopt Appropriation Ordinance to Effect a Portion of Water ’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McCarthy Building Companies, Inc. in the amount of $3,808,673.77 for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project Part 4 (City Project No. 105062); 2. Authorize execution of Amendment No. 4 to City Secretary Contract No. 60591, an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of $258,440.00, for construction support services for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project (City Project No. 105062) for a revised contract amount of $1,476,894.00; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water & Sewer Capital Projects Fund in the amount of $4,579,477.00, from available PayGo residuals, for the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project (City Project No. 105062), to effect a portion of Water’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On October 31, 2023, Mayor and Council Communication (M&C) 23-0908 authorized an engineering agreement with Kimley-Horn and Associates, Inc., City Secretary Contract No. 60591, in the amount of $974,121.00 for design of the Water and Sanitary Sewer Replacement on Camp Bowie Boulevard which included the segment of the roadway from Hulen Street to University Drive. The agreement was subsequently revised by Amendment No. 1 in the amount of $69,185.00 administratively authorized February 22, 2024 that provided compensation for the preparation of plans/specifications and construction support services, Amendment No. 2 in the amount of $83,003.00 authorized January 14, 2025 (M&C 25- 0011) that provided for the replacement of a deteriorated cast iron water main from Carroll Street westerly 1,800 feet along W. 7th Street 1,850 feet and Amendment No. 3 in the amount of $92,145.00 administratively authorized July 25, 2025, that will provide construction assistance for Part 1 and Part 2 of the overall project. Amendment No. 4 will provide for additional design services for the realignment of a project sanitary sewer main in order to secure a necessary easement from affected property owners, structural and electrical design for transfer valve and vault at the Westside Pump Station, additional meetings and coordination on the project, additional traffic control plans, the creation of two additional project parts and construction assistance for this project. The Part 4 construction project provides for the replacement of the water and sewer mains on Tower Drive from W. Lancaster Avenue to Burnett Tandy Drive. The project was advertised for bid on June 4, 2025, and June 11, 2025, in the Fort Worth Star-Telegram. On July 17, 2025, the following bids were received: Bidder Amount Contract Time McCarthy Building Companies $3,808,673.77 200 Calendar Days Gratex – Utilities, Inc.$5,262,170.00 City of Fort Worth, Texas Mayor and Council Communication Woody Contractor ’s Inc $5,388,704.50 In addition to the contract cost, $321,930.23 (Water: $194,441.83; Sewer: $127,488.40) is required for project management, material testing and inspection and $190,433.00 (Water: $114,070.00; Sewer: $76,363.00) is provided for project contingency. This project will have no impact on the Water Department’s operating budget when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department. Approximately 1,587 linear feet of cast iron water and 984 linear feet of sanitary sewer pipe will be replaced as part of this project. The proposed upgrades will proceed proposed improvements within the Will Rogers Complex by the Public Event Department. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is available in the Unspecified All-Funds project within the W&S Capital Projects Fund for the purpose of funding of the W/SS Repl Camp Bowie Hul-Mont project. Funding for the W/SS Repl Camp Bowie Hul-Mont are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects Fund 56002 $4,385,097.00 $4,579,477.00 $8,964,574.00 Project Total $4,385,097.00 $4,579,477.00 $8,964,574.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Unspecified All-Funds project within the W&S Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W/SS Repl Camp Bowie Hul-Mont. project to support the above recommendations and execution of the contract and amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount Jesica McEachern (5804) Chris Harder (5020) Preeti KC (5467) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 60WSSCBOWIE-McCARTHYBCANDKHAA4 FID TABLE (WCF 08.11.25).xlsx (CFW Internal) 2. 60WSSCBOWIE_McCARTHYBCANDKHAA4.pdf (Public) 3. 60WSSCBOWIEP4-MCCARTHYBCANDKHAA4 funds availability.pdf (CFW Internal) 4. Form 1295 Certificate KHA.pdf (CFW Internal) 5. Form 1295 Certificate McCarthy.pdf (CFW Internal) 6. ORD.APP_60WSSCBOWIEP4-MCCARTHYBCANDKHAA4_56002_AO25(r3) (3).docx (Public) 7. PBS CPN 105062.pdf (CFW Internal) 8. SAM.gov search KHA.pdf (CFW Internal) 60WSSCBOWIEP4-McCARTHYBCANDKHAA4 FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56002 0600430 4956001 105062 2025 $2,793,265.00 3 56002 0700430 4956001 105062 2025 $1,786,212.00 3 56002 0600430 105062 2025 $2,793,265.00 3 56002 0700430 105062 2025 $1,786,212.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56002 0600430 4956001 105062 001780 9999 ($2,793,265.00) 3 56002 0700430 4956001 105062 001780 9999 ($1,786,212.00) 56002 0600430 4956001 UNSPEC UNSPEC 9999 $4,597,477.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56002 0600430 5110101 105062 001780 9999 $35,932.00 Water - Staff 3 56002 0600430 5550102 105062 001780 9999 $4,000.00 Water - Public Outreach 2 56002 0600430 5330500 105062 001780 9999 $203,345.00 Water-Consultant 1 56002 0600430 5740010 105062 001780 9999 $2,281,408.17 To pay contractor 3 56002 0600430 5740010 105062 001780 9999 $114,070.00 Water Contingency 3 56002 0600430 5330500 105062 001784 9999 $47,910.00 Water - Soil Lab Consultant 3 56002 0600430 5310350 105062 001784 9999 $10,780.00 Water - Soil Lab TPW Staff 3 56002 0600430 5110101 105062 001785 9999 $95,819.00 Water - Water inspection 56002 0600430 105062 $0.83 Rounding 3 56002 0700430 5110101 105062 001780 9999 $24,054.00 Water - Staff 2 56002 0700430 5330500 105062 001780 9999 $55,095.00 Water-Consultant 1 56002 0700430 5740010 105062 001780 9999 $1,527,265.60 To pay contractor 3 56002 0700430 5740010 105062 001780 9999 $76,363.00 Sewer Contingency 3 56002 0700430 5330500 105062 001784 9999 $32,073.00 Water - Soil Lab Consultant 3 56002 0700430 5310350 105062 001784 9999 $7,216.00 Water - Soil Lab TPW Staff 3 56002 0700430 5110101 105062 001785 9999 $64,145.00 Water - Water inspection 56002 0700430 105062 $0.40 Rounding 3 56002 2060000 105062 RETAIN Combo Code for Retainage FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 00 05 10 1 MAYOR AND COUNCIL COMMUNICATION (M&C) 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with the approved 6 M&C for the award of the project. M&C insert shall be on blue paper.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 25 26 27 28 29 ADDENDUM NO. l CiTY Q�' i'QRT WORTH �VATER DEPARTMENT WATER AND SANITARY SEWER REPLACMENTS ON CAMP BOWIE PART 4: WILL ROGERS c�ry rr�o���t No, 1U5062-4 Acldendu�zi No. l Issue Data; duly 8, 2025 Bid O�eni�ig Date: July l7, 2d25 This adciendiii�� forms �sart of El�e ca��tract doc�iments i�efereifced above a��d madifies the o�•igi�tal Ca��t�•act DDCll111�I1LS. AC�Ip\��ledge receipE of tl�is addeiidu�n by sigi�ii�g and attaclii�fg it to tlfe Contract Documents (inside}. Note receipt of the Acidet3dui�� i�� tl�e Bid P��oposal and o�� Elie outer e�ivelope of yottr bid. INFORMATION 1. A copy af tlie Pt•e-Bid meeting agenda lias heen �iplaadeci to Bonfi�-e i�f respanse to Cont�•actor Questian Number 2. SPECIFICATIONS 1. Specificatio�i 00 li 13 —Invitatian to Bidde��s • This speci�catiojl is laerebY replriced r�a its errtrrety �t�itlt tlre revised sectiorr 00 11 ]3 - Irrvitcrtrort to Bidr�ers attaclaed. 2. Speciticatio�� 00 2l l3 — Instructia�i to Bidde►•s • Interp�•etatio��s and Addenda - M4DI�'�' as £ollow: i. Deadli��e for �irestrojrs sl�all Ue J"arly� 9'J', 2025 rrt S: 00 P.M. 3. Speci�ication 00 42 43 — Proposal Form • T{7e proposal forry� rs hereb�� j�eplace�l i�� ils e��tirety lvit{a tlre r•evised proposcrl fo�•1yt rrtiacl�erl. PLANS 1. Cover s Tlte Cover is lae�'eby replrrced i�t its ejrtit�et3� �t�ilh Nte revrse� Co��ef• attaclrer� CONTRACTOR QUESTIONS 1. Will tl�e City allow Hand Pou��s on the coi�crete paving on this projecf? • Ha��d pavi�rg �vill oj►1�� 1�e pernartted (at tl�e ciry snle rlrscretiotr ) itr a�•eas sircl� as i�rtey.sectiajr.s ti4�l�ere tlre rrse ofpavir�g r►rachijres is raoi practical, per• specifrerrtio�� 32 13 13. 2. Ho�v do ��e attend tlte pre-bid n�eetii�g? • Tlre Pt•ebid rj�eeting ivas held ��irhrally.Itrly I$` at ,10.•00 A.�1�f. TFte Pre-Brcf agertda �vill be trploa�le�l to Borr frt�e fa� 1•eferej2ce. ADDENDUM NO. l ADDE�TDiTM NO. 1 3. Is an estij3�ated cast a��ailable? • T{1e E�rgi�tee�'s Opinior� ofPl'OIJ[7�7Ic C()It.Sli`l.�Cll01t COSI l5 �.Z,S00,000 to $3,000,000, 4. Is Armorock an aiternate bid Item`? • AJ"!}i01'OCIC CC71f IlC C011siflel•ed as an altert�ate bid itejrt. Please see the re��ised p��aposal farm attaclted S. What is the Er�girteej•'s Estirlaate o�a tlzis Project? • Please f•efej• to tlze ansti��ei• to co�atractoj• gt�estio�a 1t�mtber 3. 6. Bo�2f i'2 JIC1S Ij1G' Cfil�St10Y1S (�@ClC�I11dL' C1S %IO�IZO.ZS C7 S PM. O71 OO ZI I.3 II?Sfl'l1Clld)7S IO BICIfIel'S, it is !i1[�ICCIf2C� 1{1Ct1 tlle i]1d2S1107lS R)'� Cd'i!G' 07J Ol' hEfO!'L' Z P.Y3i. lJ1B M071C�Q1��1'107' 10 IIlE I7lC� 0�727T172g, 19��1ICit 1viI1 he 7/I4/2025 @ 2 P.R�l Please crdvise ti��hich d�rte is corj•ect? • The cleadlitze for� qt�estiorrs is Jtlly 9`�', 2025 �rt S: OD PM 7. Please pnst tl�e pj•e-bid atier�rlee lrst fi•orrr 1{�e �aieeti�rg held oi1 7/1. � There tit>er•e �ro alte�z�lees at tlre p3•e-bicl nreeting held on 7/1. The agenrlcr Irrrs beejl posted o�� Bolrfij•e for refer•ej�ce. &. T{ae ti��ater• 1•en�oti�al pla�rs sl�otiv to r�ejatove 68 LF a f tlte exrstittg 8" wa�e�•. Thel�e is nnt a pery ite»� fo�• llais 1s�of•k. Please advise tit�lael•e tlzrs tit�ill be paid tr�arlej•. • Tfre i•err�.oi�al of tlre etisti�rg 8" tii�ater is ija tlre .rarr:e tj�ench �rs tl�e pt�opo.sed ia�rrter• lirre. Pe�• Specifrcrrtiorr 02 41 14, paytyieart fo1• the lrtility Iirae f�err�ot�al tit�ithir� tlze srrrrte tj•er�ch slrall l�e considererl strbsi�liary !o llte proposed tttility li�ae beifig rrrstallecl. 9. The seti4�et� aGarrda�rjnent plans sltow to rerjtove 194 LF of exrstirrg IO" seti��er. Tlrere is jiot a pay itert� for thls is�ork. Please crdt�ise ovhere this u�i11 l�e ��aid ic�tder. The rerrtovcrl of the existrng 10" s�uita�y se�ver is ira t11e saryte tre�rch as tlre pj•oposed satlita��� se�ver Irne. Per S�ecrfrcatra�t 0� 41 14, prrvnrent,fvj• the �rtrlity lirre f•enro>>rr! �iitt{�in 1{te san2e !f•encla sirall be cosrsidered sirbsi�liary to flte pl�opase�l utility lirte hei�tg i�rslalle�l. 10. Tlzef�e is �rn liird iten�.for• Si�'PPP cr�rd er•osiara caf11ro1, plerrse nd>>ise �vhe��e it ivill fie paid irj�de��. • SiTfPPP ivill be paid fa• rrt the Itrra��3 stnra price bid fa• "SIi'PPP � 1 acs•e" ift accor•da��ce tit�itl� sectiaja .31 25 00. Please see the revised pl�oposal for•1ra aftaclterl. ADDENDi1M NO. 1 ADD�NDUM NO. I All other terms and conditions remain unchanged. r TO SHOLOLA, P.E. ASSfSTANT DIRECTOR, WATER DEPARTMENT .............�.................................................................. By fhe signature affixed below, Addendum No. 1 is hereby incorporated info and made part of the above referenced Invitafion fo Bid. COMPANY NAME: (u� �� 3.. �'� �a •ri �..t. �s I�►t . �y SiGiVATURE: � __-- NOTE: Compart�"name and signaiure must be the sarne as on #he original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUI�I NO. 1 ADDENDUM NO. 2 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WATER AND SANITARY SEWER REPLACMENTS ON CAMP BOWIE PART 4: WILL ROGERS City Project No. 105062-4 Addendum No. 2 Issue Date: July 15, 2025 Bid Opening Date: July 17, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS 1. Specification 00 42 43 – Proposal Form • The proposal form is hereby replaced in its entirety with the revised proposal form attached. PLANS 1. Sheet 18 - Surface Repair Plan • Sheet 18 is hereby replaced in its entirety by Sheet 18A attached CONTRACTOR QUESTIONS 1. Detail 32 13 13 - D506 on the plans indicates an 8" stabilized subgrade. Please clarify the required type of stabilization, including the specific material or method (e.g., lime, cement, or other) • The subgrade is 8” lime stabilized subgrade at 40 lbs/sy. Additional pay items have been added for 8” Lime Treatment (40 lbs/sy) and Hydrated Lime. The stabilization material and application rate shall be installed per the City of Fort Worth Pavement Design Manual, Appendix A. 2. On sheet 18 of the plans, it is specified that the concrete pavement and curb and gutter are to be repaired monolithically. To accommodate formwork and screeding for monolithic placement, it will be necessary to remove at least 2 feet of adjacent sidewalk. Note #4 on Sheet 18 indicates that the sidewalk beyond the roadway curb is by others. Is there an opportunity to include removal and replacement of at least a portion of this sidewalk in this contract? If not, would it be permissible to pour the pavement and curb/gutter separately (non-monolithically)? • Removal and replacement of existing sidewalk required to accommodate formwork shall be subsidiary to the 11” concrete pavement with monolithic curb bid item. The segment of sidewalk removed shall be restored to the original or better condition. ADDENDUM NO. 2 ADDENDUM NO. 2 3. Please confirm if we are to install new sod and topsoil within 5' of new flatwork per spec. sections 32 92 13 & 32 91 19. The plans do not show the sod as called out in the specification at STA 4+50 to STA 7+00 or STA 0+00 to STA 1+25. • In accordance with section 32 91 19 – Topsoil Placement and Finishing of Parkways, topsoil surface shall be finished a minimum of 5 feet from all flat work. Please see sheet 18A and revised proposal from attached. 4. On sheet 18 of the plans, 379 SY of Brick pavement replacement is called out at the Burnett Tandy Dr. intersection, however this quantity is not reflected in the bid form, please advise where this will be paid? • The existing brick pavement at the intersection of Burnett Tandy Dr. and Tower Drive is intended to be removed and replaced with concrete pavement per Sheet 18A. Updated quantities have been reflected in the revised proposal form attached. 5. Please provide the depth of existing concrete pavement that are called out to be replaced. • The pavement cores showed 14”-16” thick for the existing concrete paving. 6. Please confirm the accuracy of the bid quantity for Bid Item #I-28 – 6" Concrete Sidewalk. Based on our takeoff from the plans, the quantity appears to be more than three times the number listed in the bid form. • Please see revised proposal form attached. 7. The area of concrete repair at waterline STA 2+03 to STA 2+30 is called out as concrete pavement w/ monolithic curb & gutter repair on the plans but appears that it should be sidewalk. Please confirm which bid item it should fall under. • The area of concrete repair from Water Line A STA 2+03 to STA 2+30 is intended to be concrete sidewalk repair. Please see Sheet 18A attached. 8. Please provide clarity on the alternate items for manhole. Is the contractor allowed to submit pricing for all listed bid items (9a, 9b, 10a, 10b, 11a, 11b, 12a, 12b, 13, and 14) with the City selecting the preferred alternative? Or, should the contractor submit pricing based on the note provided — choosing either Alternative 1 (Items 9a, 10a, 11a, 12a, 13, and 14) or Alternative 2 (Items 9b, 10b, 11b, and 12b)? If it is the latter, should the unused alternative items be left blank or entered as zero on the bid form? • The contractor shall provide unit prices for either Alternative 1 or Alternative 2 but not both. . r Anr�LNlluM Nr�. a All ofher tern�s and conditions remain unchanged. �� C / it J �o ,� c 7lrs �ZS 70NY SHOLOLA, P.�. ASSISTANT DIRECTOR, WA'i�R D�PAFtTM�Ni ■���er����s����sa��������ia���MM�MMMr��a��sass�������i�:���r��r�e�a�ii��ee����R�i By the siynature affixed below, Addendum iVo. 2 is hereby incorporatec� ii�ta and matle }�art of the abova referenced In�ilafion io 8id, COMF'ANY NAM�: _� M�Carti�y IIuilding C.Ofi3�ikRle�, Inc. SIGNATURE: � � .e �VOTE: Company name artd signafure rtiusf be t�e same as on the original bid documenEs. Failure to refurn fhis form wilh your sealad bid may canstiiule grounds for rejection of your offer. L A.11D�nDUM NO. 2 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 00 05 15 1 ADDENDA 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with any addenda 6 issued during bidding.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1/17/24 WILL ROGERS CITY PROJECT NO. 105062-4 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Water and Sanitary Sewer Replacements on Camp Bowie: Part 4 - Will Rogers (“Project”) will be received for the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, July 17, 2025 as further described below: Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas on the Mezzanine of New City Hall (NCH); Room MZ10_12. Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business day after bid opening date, exclusive of the bid opening date. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1/17/24 WILL ROGERS CITY PROJECT NO. 105062-4 If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • ~1,587 LF of 12-inch DR-14 PVC Water Line by Open Cut • ~601 LF of 12-inch SDR-26 PVC Sanitary Sewer Line by Open Cut • ~137 LF of 10-inch SDR-26 PVC Sanitary Sewer Line by Open Cut • ~243 LF of 8-inch SDR-26 PVC Sanitary Sewer Line by Open Cut • ~2,000 SY of 11” Concrete Pavement (no curb) • ~2,865 SY of 11” Concrete Pavement with Monolithic Curb • 3 Manhole Interior Liners (Warren Environmental System 301 or Chesterton Arc S1HB) PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 – INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 1/17/24 WILL ROGERS CITY PROJECT NO. 105062-4 PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: July 01, 2025 TIME: 10:00 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES June 4, 2025 June 11, 2025 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8.Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9.Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10.Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11.Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12.Bid Form 12.1. The Bid Form is included with the Bidding Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 15.Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16.Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17.Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised/Updated 1/17/24 CITY PROJECT NO. 105062-4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18.Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 i 3 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTIOIV UO 35 13 CONFLICT OF INTEREST STATEMENT �ach bidder, offeror or respondent to a Cify of Fort Warth procurement is required to cornplete a Conflict of Interest Questionnaire or certify khat one is current and on file with the City Secretary's Office pursuant to sta:te law. If a member of the Fort Worth Cify Council, any one or mare of the City Manager ar Assistant City Managers, or an agent of t#�e City who exercise discretion in the planning, recammending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS} may be required. You are urged to consult with counsel regarding the applicability of these farms and Local Go��rnm�nt Code CFtapter 176 to your company. The referenced forms may be downloaded fram the links provided below. Form CIQ (Can�lict of Interest Questionnaire) (�tate.Uc.us� hltps:/Iwww.ethics.stafe.kx.usldata/formslconflict/ClS.pdf ❑ 0 ❑ 0 ❑ ❑ BIDDER: CIQ Form does not apply CIQ Form is on file wikh City Secretary CIQ F'orm is being provided ko t�e City Secretary CIS Farm does not apply CIS �orm is on Fife with City Secretary CIS Form is being pro�ided to the City Secretary McCa�thy Buifding Companies 3400 N Central Expressway Suite 500 Richardson, TX 75080 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SpECIFICATION DOCUM�N75 Revised February 24, 2020 By: Jeromy S � Signalure: Tikle: Senior Vice President Operations 4-00 42 �43 Proposal Form - Working.xlsx 00 41 00 BID FORM Page 1 of 3 TO: Units/Sections: Unit 1: Water Line Improvements Unit 2: Sanitary Sewer Line Improvements 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. d. BID FORM SECTION 00 41 00 "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. FOR: City Project No.: "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Purchasing Manager 1. Enter Into Agreement 100 Fort Worth Trail City of Fort Worth, Texas 76102 c/o: The Purchasing Division 2. BIDDER Acknowledgements and Certification 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. WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS 105062-4 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. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. Bidder has not solicited or induced any individual or entity to refrain from bidding. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS CITY PROJECT NO. 105062-4 00 41 00 BID FORM Page 2 of 3 a. b. c. d.Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* 4.1. 200 4.2. a. b. c. d. e. f. g. h. 6.1. 6.2. Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Sewer Collection System, Urban/Renewal, 12-inch diameter and smaller 4. Time of Completion 3. Prequalification Water Distribution, Urban and Renewal - 12-inch diameter and smaller The Work will be complete for Final Acceptance within Prequalification Statement, Section 00 45 12 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. The following documents are attached to and made a part of this Bid: Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 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. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) *If necessary, CIQ or CIS forms are to be provided directly to City Secretary Sanitary Sewer Manhole/Structure Interior Lining (Warren Environmental system 301 or A.W. Chesterton Arc S1HB Liner) This Bid Form, Section 00 41 00 Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS CITY PROJECT NO. 105062-4 7/17/2025$3,808,673.77$3,808,673.77 00 42 43 BID PROPOSAL Page 1 of 2 1 3311.0465 12" DR-14 PVC Water Pipe, CSS Backfill (Restrained Joints)33 11 12 LF 1,032 $475.95 $491,180.40 2 3311.0462 12" DR-14 PVC Water Pipe, CSS Backfill 33 11 12 LF 475 $458.78 $217,920.50 3 3311.0464 12" DR-14 PVC Water Pipe (Restrained Joints)33 11 12 LF 68 $206.08 $14,013.44 4 3311.0458 12" DIP Water, CLSM Backfill (Restrained Joints)33 11 10 LF 11 $694.30 $7,637.30 5 3311.0262 8" DR-14 PVC Water Pipe, CSS Backfill 33 11 12 LF 30 $453.87 $13,616.10 6 3311.0254 8" DIP Water, CLSM Backfill 33 11 10 LF 5 $1,029.19 $5,145.95 7 3311.0161 6" DR-14 PVC Water Pipe 33 11 12 LF 102 $220.80 $22,521.60 8 3311.0061 4" DR-14 PVC Water Pipe 33 11 12 LF 48 $214.67 $10,304.16 9 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 7 $11,702.56 $81,917.92 10 0241.1218 4"-12" Water Abandonment Plug 02 41 14 EA 6 $2,464.41 $14,786.46 11 0241.1001 Water Line Grouting 02 41 14 CY 20 $1,800.00 $36,000.00 12 0241.1510 Salvage Fire Hydrant 02 41 14 EA 5 $917.56 $4,587.80 13 0241.1302 Remove and Salvage 6" Water Valve 02 41 14 EA 7 $1,000.00 $7,000.00 14 0241.1303 Remove and Salvage 8" Water Valve 02 41 14 EA 5 $1,000.00 $5,000.00 15 3312.3005 12" Gate Valve 33 12 20 EA 7 $6,698.92 $46,892.44 16 3312.3003 8" Gate Valve 33 12 20 EA 1 $4,477.39 $4,477.39 17 3312.3002 6" Gate Valve 33 12 20 EA 13 $3,237.22 $42,083.86 18 3312.0001 Fire Hydrant 33 12 40 EA 5 $8,549.98 $42,749.90 19 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 10 $5,336.07 $53,360.70 20 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 12 $8,000.00 $96,000.00 21 0171.0101 Construction Staking 01 70 00 LS 1 $10,000.00 $10,000.00 22 0171.0102 As-Built Survey 01 70 00 LS 1 $3,000.00 $3,000.00 23 3305.0110 Utility Markers 33 05 26 LS 1 $5,697.94 $5,697.94 24 0241.1000 Remove Conc Pvmt 02 41 15 SY 2,660 $45.00 $119,700.00 25 9999.0002 11" Conc Pvmt (no curb)32 13 13 SY 1,155 $175.00 $202,125.00 26 9999.0003 11" Conc Pvmt with monolithic curb 32 13 13 SY 1,695 $225.00 $381,375.00 27 3211.0502 8" Lime Treatment (40lbs/SY)32 11 29 SY 2,850 $18.30 $52,155.00 28 3211.0400 Hydrated Lime 32 11 29 TN 57 $345.00 $19,665.00 29 0241.1200 Remove Brick Pvmt 02 41 15 SY 191 $130.00 $24,830.00 30 3213.0303 6" Conc Sidewalk 32 13 20 SF 3,338 $13.25 $44,228.50 31 3214.0200 Brick Pvmt Repair 32 14 16 SY 94 $884.30 $83,124.20 32 3292.0100 Block Sod Placement 32 92 13 SY 368 $35.00 $12,880.00 33 3291.0100 Topsoil 32 91 19 CY 31 $56.00 $1,736.00 34 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $45,000.00 $45,000.00 35 3305.0109 Trench Safety 33 05 10 LF 1,771 $4.91 $8,695.61 36 9999.0001 Construction Allowance 00 00 00 LS 1 $50,000.00 $50,000.00 $2,281,408.17 SECTION 00 42 43 PROPOSAL FORM Unit of Measure UNIT PRICE BID Bidder's Application Specification Section No.Bid Value Project Item Information Bidder's Proposal Bidlist Item No.Description Bid Quantity Unit Price Unit I: Water Line Improvements Subtotal Unit I: Water Line Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS CITY PROJECT NO. 105062-4 - ADDENDUM NO. 2 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM Unit of Measure UNIT PRICE BID Bidder's Application Specification Section No.Bid Value Project Item Information Bidder's Proposal Bidlist Item No.Description Bid Quantity Unit Price 1 3331.5752 12" DIP Sewer Lined with Protecto 401, CLSM Backfill 33 11 10 LF 510 $561.82 $286,528.20 2 3331.5751 12" SDR-26 PVC Sewer Pipe, CLSM Backfill 33 11 12 LF 92 $456.33 $41,982.36 3 3331.5750 10" DIP Sewer Lined with Protecto 401, CLSM Backfill 33 11 10 LF 137 $512.75 $70,246.75 4 3331.5747 8" SDR-26 PVC Sewer Pipe, CLSM Backfill 33 11 12 LF 243 $423.21 $102,840.03 5 3331.5745 6" SDR-26 PVC Sewer Pipe, CLSM Backfill 33 11 12 LF 15 $394.99 $5,924.85 6 3305.0109 Trench Safety 33 05 10 LF 997 $4.91 $4,895.27 7 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 $10,391.23 $41,564.92 8 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 4 $1,182.52 $4,730.08 9a 3339.1002 4' Drop Manhole*33 39 10, 33 39 20 EA 1 $16,302.61 $16,302.61 9b 3339.1002 4' Polymer Drop Manhole - Armorock*33 39 10, 33 39 20 EA 1 10a 3339.1003 4' Extra Depth Manhole (Drop Manhole)*33 39 10, 33 39 20 VF 1 $1,182.52 $1,182.52 10b 3339.1003 4' Extra Depth Manhole (Polymer Drop Manhole) - Armorock*33 39 10, 33 39 20 VF 1 11a 3339.1001 4' Manhole*33 39 10, 33 39 20 EA 2 $10,391.24 $20,782.48 11b 3339.1001 4' Polymer Manhole - Armorock**33 39 10, 33 39 20 EA 2 12a 3339.1003 4' Extra Depth Manhole*33 39 10, 33 39 20 VF 2 $1,182.53 $2,365.06 12b 3339.1003 4' Extra Depth (Polymer Manhole) Armorock**33 39 10, 33 39 20 VF 2 13 3339.0001 Epoxy Manhole Liner for 4' Manhole (Warren Environmental System 301 or A.W. Chesterton ARC S1HB)*33 39 60 VF 14 $597.40 $8,363.60 14 3339.0001 Epoxy Manhole Liner for 4' Drop Manhole (Warren Environmental System 301 or A.W. Chesterton ARC S1HB)*33 39 60 VF 7 $597.39 $4,181.73 15 3301.0001 Pre-CCTV Inspection 33 01 31 LF 691 $2.45 $1,692.95 16 3301.0002 Post-CCTV Inspection 33 01 31 LF 997 $2.45 $2,442.65 17 3301.0101 Manhole Vacuum Testing 33 01 30 EA 7 $229.39 $1,605.73 18 3305.0112 Concrete Collar 33 05 17 EA 7 $2,070.64 $14,494.48 19 3331.3101 4" Sewer Service 33 31 50 EA 13 $6,120.00 $79,560.00 20 3331.3105 4" Private Sewer Service 33 31 50 LF 440 $150.00 $66,000.00 21 3331.3312 6" Sewer Service, Reconnection 33 31 50 EA 1 $4,629.50 $4,629.50 22 3305.0113 Trench Water Stops 33 05 15 EA 3 $3,427.35 $10,282.05 23 0241.2001 Sanitary Line Grouting 02 41 14 CY 14 $1,557.89 $21,810.46 24 0241.2104 10" Sewer Abandonment Plug 02 41 14 EA 4 $858.68 $3,434.72 25 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 1 $21,466.96 $21,466.96 26 0241.1000 Remove Conc Pvmt 02 41 15 SY 1,745 $45.00 $78,525.00 27 9999.0002 11" Conc Pvmt (no curb)32 13 13 SY 828 $200.00 $165,600.00 28 9999.0003 11" Conc Pvmt with monolithic curb 32 13 13 SY 1,108 $235.00 $260,380.00 29 3211.0502 8" Lime Treatment (40lbs/SY)32 11 29 SY 1,936 $18.30 $35,428.80 30 3211.0400 Hydrated Lime 32 11 29 TN 39 $345.00 $13,455.00 31 0241.1200 Remove Brick Pvmt 02 41 15 SY 191 $130.00 $24,830.00 32 3303.0001 Bypass Pumping 33 03 10 LS 1 $49,736.84 $49,736.84339999.0001 Construction Allowance 00 00 00 LS 1 $60,000.00 $60,000.00 $1,527,265.60 $3,808,673.77 Bid ValueBidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Total Bid (Units I and II): Subtotal Unit II: Sanitary Sewer Line Improvements Project Item Information Bidder's Proposal Bid Summary END OF SECTION Unit II: Sanitary Sewer Line Improvements Unit Price Contractor to Provide Unit Price / Bid on only one Manhole Alternative: Alternative 1; (Items 9a, 10a, 11a, 12a, 13 and 14) OR Alternative 2; (Items 9b, 10b, 11b, and 12b). Do not provide unit price / bid for each alternative CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS CITY PROJECT NO. 105062-4 - ADDENDUM NO. 2 00 43 13 BI� BO�D Page 1 of 2 KNOW ALL BY THESE Pi2ESENTS: 7hat we, "Bidder' herein and SEC7iON 00 43 13 BID BOND McCarthy Building Companies, Inc„ known as a corporate surety duly at�ti�orized to do business in the State of 7exas, knovm as °Surety" herein, are held and firmly baund unto the Caty af Fort Worth, a municipal corporation created pursuant to the lav�s of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in law#ul money of the United States, to be paid in Fort Wnrth, Tarrant County, Texas for the paymer�t of which sum well and truly to be made, we bind ourselvas, our heirs, executors, administrators, successois and assigns, jointiy and severally, firmly by these presents. WHEREAS, the Principal has submitted a bic4 or proposal to perform Work for the following pro;ect designated as Water and Sanitary Sewer f2eplacemsnts on Camp Bowie: Will Rogers; CPN. 105�&2-� IVOW, THERE�OFtE, ti�e condition of this obligation is such ii�at if the City shafl award the Contract for the foregoing project to the Principal, and the Pnncipal shall satisfy all requirements and conditions required for the execu�ion of the Contract and shall enter into t�e Contract in wnting with the City in accordance vrith tiie terms of such same, then this obligation shall be and become null and void. IF, however, the Principal fails to execute sucit Contract in accordance vrith the terms of same or fails to satisfy all requirements and conditions required for the execution of ihe Contract, this bond shall become the property of the City, +rrithout recourse of tFie Principal andlor 5urety, not to exceed the penalty hereof, and shall 6e «sed to compensate City for the difference behvee� Principai's total bid amount and the next selected bidders total bid amount. PROViDED FURTNER, that if any legal actian be filed on this Bond, venue shall lie in 1'arrant County, 7exas or ihe United States District Court for the �orthern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this insfrument by duly authorized agents and ofFcers on this the 7th day of JUIY , 2025. t A ��� � f � Wifiess as t Principal GITY OF FORT WORTH STANE]ARD CO��STRUCTIOy SPECIFICATION DOCUh1E%!�S Form Revised 20174109 PRINCIPAL: McCarthy Buildir�g Companies, Inc. gY: �� i ature .�efi�r-� 5���� Sr 1%f J r��. Y,`o�...J Name ar�d Ti le WATERANDSANITARY SEWER REPLACETSENTS ON CAh1P BOWIE WIL� ftOGERS CkTY PROJECT NO, 105062-4 00 43 13 sio eo�o Page 2 oF 2 i ��i., Wimess as to surety Corinne Cf�apman Atfach Potiver af Attomey (Surety) for At#orney-in-Fact Address: 34Qp N. Central Ex ress a Su� e 500 Richardsnn, �X 75 80 SURETY: Travelers Casualty and Suret�r,��a� BY: - } � � ���.��a���_ .t��� _ 1.�� Signature Samantha Chierici, Attorney-in-FacE Name and Title Address: One 7ower 5auare Hartford, CT 06183 �� ��� Telephone I�umi�er: 840-747-3719 'Note: 1f signed by an officer of the Surety Company, there must be on file a certitced extract from the by laws shoviing that t�is person has auEt�onty to sign such obllgation. If Surety's physical address is dif#erent fram its mailing address, both must be provided. The date of the bond shall not be prior to ihe date the Contract is awarded. GND OF SFCTIOI�i CITY OF FORT WORTH WATER ANd SANkTARY SEWER REPLACEA,4ENTS ON CAP,4P BQWI� STANDARO CO�STRUGTIO� SPECIFICATIO� DOCUh1ENTS WILL RdGERS Form Rev�sed 2017t109 CITY PROJEGT h0. 1050o2-A State of Texas Claim Notice Endorsement To be atkached to and form a�art of Bond No. ��� In accordance with Sectior� 2253.021(f) of the Texas Government Code a�d Section 53.202(6) of the Texas Property Code any notice of claim ta t�e named sureiy ur�der ti�is bond(s} shauld be sent to: Travelers Casualty and Surety Company Qne Tower Square Har#ford, Connecticut 06183-60'!4 (860� 277�41'�'� TRAVELFRSJ~ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN 8Y THESE PRES�NYS; That Travelers Casualty and Surety Company of Amenca, Travelers Casualty and Surety Company, and 5t. Paul Fire and Marine Insurance Company are corporations duEy organized under the laws of the State of Gonnect'scut {herein collectively called the "Companies"), and that the Compa�ies do hereby make, constitute and appoint Sa�riantha Chierici of CH1CAGp � fllinois , their Irue and lavrful Aitomey(s)-in-Fact to sign, execute, seal and acicnowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature Ihereof an 6ehalf of th� Companias in Iheir buslness of guaranleeing the fide]iEy of persons, guarar�teeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or praceedings allowed by lativ. ItJ WiTNESS WHEREOF, i�e Companies ha�e caused this instrument to be signed, and their corporate seals to be hereto aifixed, ihis 21st day of April, 2021. F%0::�(!y `�41Y Ahd. � � `7M ��� � �� � i �� � � n �� � . � y�i ' Tay�O �� urFi State of ConnecEicuf By: City of Hartford ss. Roberi L. Rane , enior Vice President On this ihe 21st day of Aprif, 2021, before me personally appeared Rohert I,. Raney, who ackno�v�edged himself io be ihe Senior Vice President of each of Ihe Companles, and ihat he, as suc�, heing authorized so to do, execuled ihe foregoing instrumenf for the purposes therein contained by signing on behalf of said Companies by himseif as a duly authorized officer. IN WlTNESS WH�Ft�O�, I hereunto sei my hand and official seal. �p� I�Gr.��svG xouFrr t My Commission expires ihe 301h day of June, 2026 R +�• � P�'� Anna P. Novrik, Notary Public ,.�..+ This Power of Altorney is granted under and by the authorify of ihe following resoluiions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, t�at the Ghairman, the President, any Vice Chairman, any Executive Vce President, any Senior Vice President, any �ce President, any Second Vice PresidenE, the Treasurer, any Assistant Treasurer, the Corporaie Secreiary or any Assfstant Secretary may appoint Aiiorneys-in-Faci and Agents to aci for and on behalf of the Company and may give such appointee such aulhority as his or her certificate of auiharity may prescribe to sign wit� the Company's name and seal �vith the Company's seal bonds, recognizances, contracls of indemnity, and other writings obligatory in ihe nature of a bond, recognizance, or condi�iona! undertaking, and any of said o�cers or the Board of Qireclors at any time may remove any such appointee and revoke ihe power given him or her; and it is FURTHER RESOWE�, that Ihe Chairrrtan, the President, any Vice Ghairman, any Executive Vice President, any Senior Vice Presidenl or any �ce President may delegate all or any part of the foregoing authoriiy to one or more ofiicers or employees of t�is Company, provided Ehat each such delegation is in ►vriting and a copy thereof is filed in the office of the Secretary; and it is FUiiTH�R R�S01.V�D, thal any bond, recognizance, cantract o( indemnity, or writing obligatory in the naiure of a bond, recognizance, or condiiio�al undertaking shall be valid and binding upon ihe Company when (a) signed 6y the President, any Uce Chairman, any Execuiive Vice Presidenl, any Seniar Yce President or any Vice Presidenl, any Second Vice President, Ihe Treasurer, any Assistant Treasur�r, tha Corporaie 5ecretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assislani Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agenis pursuant to the power prescribed in his or her ceriificate or their certificaies of auihoriiy or by one or more Company officers putsuant to a wriften delegation of authorify; and it is FURTH�f2 R�SOLV�D, thaf Ihe signafure of each of ihe following officers: President, any Executive Vice President, any Senior �ce Pr�sitlent, any Vice Presidenf, any Assistant Vice Presideni, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile io any Power of Atiorney or to any certificate relating thereto appointing Resident Vice Presidenis, Reside�t Assistani Secretaries or Attorneys-in- �act for purposes only of executing and attesting bonds and undertaKings and other wriiings obligatory in Ihe �ature thereof, and any suc� Power oi Atlorney or ceKificale bearing suc� facsimiie signature or facsimile seal shall be valid and binding upon the Gompany and any such power so execuied and ceriified by s�ch facsimi�e signature and facsimile seal shall be valid and binding on !he Company in the future tivith respeci io any bond or understanding to ►vhich it is aiiached. I, Kevin E. Hughes, the und�rsigned, Assistant Secretary of each of the Companies, do hereby certify that ihe above and foregoing is a true and correci copy ot Ihe Power of Aitorney executed by said Companies, tiviiich remains in full force and effect. Dated this ^ day of �fi��+� � a� � � `r ��= _ � , . . bs'�ll A;p+ � � ��A � � S COHN. � � ��� J � � �►i � # 41 � FN � 4�' i • Kevin E. Hughes, Assi tani Secretary To verify the authenticity o!` Chis lyawer ofAttotney, please [a11 us at I-8D0-421-388D. P/ease refer to the above-namedAttorney(sJ-in-Pact and the detai/s of the 6ond to rvhich this PowerofAttorney is attached. 00 43 37 VENQOR COMF'LIANC� 70 STATE LAW Page 1 af 1 SECTION OQ 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDQ�R Texas Government Code Chapter 2252 was adapted for the award of contracts to nonresident bidders. This law provides that, in order fo be awarded a contract as low �idder, nonresiden# bidders (out-of-stafe contractors whose corporate offices ar principal place of business are outside the State of Texas) �id prajects for canstruction, impravements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a 7exas residen# biddar would be required to underbid a nonresident bicCder in order to obtain a comparable contract in the State which the nonresident's principal place of business is lacated. 7he appropriate blanks in Sect+on A must be filled out by all nonresident bidders in order for your bid to meet specificatio�s. The failure af nonresidenf bidders to do so wiil automatically disqualify that bidder. Resident bidders must check the box in Secfion 8. A, Nonresident bidcEers in ti�e 5tate of , our principal place of business, are required fo be peTcent lower than resident bidders by State Law. A copy of the statute is attached. �lonresident bidders in lhe State of Missouri , our prir�cipal place of business, are not requireci to underbid resident bidders. B. The �rincipal place of business of our com�any or our parent com�any or majority owner is in the Sfate of Texas. ❑ BIDDER: McCarthy Building Companies 3400 N CenEral Expressway Suite 500 Richardson, TX 75080 By: Jeromy Shaw � �� (Signature) Title: Senior Vice President Operations Date: END OT S�CTION 7/17/2025 CITY OF FOf2T WOR7H STANDARD CONSTRl1CTIDN SPECIFICATfON DOCUMENTS f2evised 9I3612021 00 42 43 Proposal Form-Working.xlsx 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4 have applied for prequalification by the City for the work types requiring prequalification 5 prior to submitting bids. To be considered for award of contract the Bidder must submit 6 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9 the requirements below. The information must be submitted seven (7) days prior to the 10 date of the opening of bids. Subcontractors must follow the same timelines as contractors 11 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12 the time bids are opened and reviewed may cause the bid to be rejected. 13 14 The prequalification process will establish a bid limit based on a technical evaluation and 15 financial analysis of the contractor. For example, a contractor wishing to submit bids on 16 projects to be opened on the 7th of April must file the information by the 31st day of March 17 in order to be eligible to work on these projects. In order to facilitate the approval of a 18 Bidder’s Prequalification Application, the following must accompany the submission. 19 a. A complete set of audited or reviewed financial statements. 20 (1) Classified Balance Sheet 21 (2) Income Statement 22 (3) Statement of Cash Flows 23 (4) Statement of Retained Earnings 24 (5) Notes to the Financial Statements, if any 25 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 26 of Incorporation, Articles of Organization, Certificate of Formation, LLC 27 Regulations, Certificate of Limited Partnership Agreement). 28 c. A completed Bidder Prequalification Application. 29 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 30 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 31 number visit the Texas Comptroller of Public Accounts online at the 32 following web address www.window.state.tx.us/taxpermit/ and fill out the 33 application to apply for your Texas tax ID. 34 (2) The firm’s e-mail address and fax number. 35 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 36 is used by the City for required reporting on Federal Aid projects. The DUNS 37 number may be obtained at www.dnb.com. 38 d. Resumes reflecting the construction experience of the principles of the firm for firms 39 submitting their initial prequalification. These resumes should include the size and 40 scope of the work performed. 41 e. Other information as requested by the City. 42 43 2. Prequalification Requirements 44 a. Financial Statements. Financial statement submission must be provided in 45 accordance with the following: 46 (1) The City requires that the original Financial Statement or a certified copy 47 be submitted for consideration. 48 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility for Award of Contract 46 a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 c. The City will issue a letter as to the status of the prequalification approval. 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 10 Fort Worth Civil, LLC4/30/2026Fort Worth Civil, LLC4/30/2026McCarthy Building Companies, Inc.6/30/2026Madero Engineers & Constructors11/30/2025 SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Department Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept, 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller X Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller X Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 14. Equipment $_______________ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 13, 2021 CITY PROJECT NO. 105062-4 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. a 2 3 4 5 G 7 8 9 10 11 12 13 !4 15 16 17 l8 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 00 45 2G - t CONTRACTOIt COMPI,IAT�CC 1YITH 1VO1tKE[�'S COMPI:�SAT10N LA1V Page l of l SECTION 00 45 26 CONTRACTOR COMPI.IANCE WITH WORKER'S COMPENSATION LAW Pucsuant to Texas Labor Code Section 406.096(a), as aniended, Contractor certifies that it provides �vorker's compeusation insurance coverage for all of its employees eniployed on City Project No. 105062-4. Contractor fiu�ther certifies tliat, pursuaut to Texas LaUor Code, Section 406.09G(b), as a�nended, it will pi•ovide to City its subcontractor's cei�tificates of compliance �vitli worker's compensation coverage. CONTRACTOR: McCarthy Building Companies, Inc. Company 3400 N Central Expressway, Ste 500 Address Richardson, TX 75080 City/State/Zip THE STATE OF TEXAS C()UN'I'Y OF 'i'ARRANT r� 0 By, Jeromy C. Shaw (Please Print) i/ /� , Signature; C --����' ' Title: Senior Vice President {Please Print) BEFOItE ME, the undersigned authority, on tl�is day personally appeared ��� ___, kno�vn to me to be the person �vhose name is subsccib d to the fore oing instilime it, aud acknowledged to me that he/she executed the satne as the act aud deed of �� C-d�>� t( �j 11,,1 I�_� YtG1 ��1�y,'X�L�e �Y)Lfor the pui�oses and considecation tltereiu expressed and in the capactty therein stated. 4rVEN UN ER MY HAND AND SEAL OF OFFICE this �� day of �' F 1� , 20�. I1 r _, Notary Public in d for the State of Texas �ND OF S�CTION 1�p� P�B ALLYSON COLLINS Z° � Notary ID #134285977 �, � My Commission Expires y�Y'�F���' April 3, 2027 Cl7'Y OF FOIZT �VORTH \VATGR AND SANITARY SL\VER REPLACEtvtl;t�TS O�! CAAiP }301VIIs S7'ANDARU CODISTRUCl'!ON SPECIF]CATION DOCUMENTS \YILL ROGGRS Itevised Juty I, 2011 C1TY PROJGCT NO. I OSOG2-0 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised 03/07/2025 CPN 105062-4 SECTION 00 45 40 1 Business Equity Goal 2 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 11 stated in the City’s Business Equity Ordinance #25165-10-2021, (codified in Chapter 20, Article X of 12 the City’s Code of Ordinances, as amended) and found online at: 13 https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 ) apply to this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 10.65% of the total bid value of the contract. 17 18 METHODS TO COMPLY WITH THE GOAL 19 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 20 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 21 ordinance through one of the following methods: 1. Commercially useful services performed by a 22 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 23 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 24 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime 25 contractor Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 Required Business Equity documents, as detailed below, must be submitted no later than 2:00 PM on the 3rd business 29 day after the bid Close Date and Time. The apparent low bidder will receive a message following the Close Date at 30 Messages > Vendor Discussions in the Bonfire Portal that will restate these deadlines and direct the bidder to submit 31 the required M/WBE documents. The notified bidder must submit the required documents as an attachment to the 32 message and send it through the Bonfire Portal by the deadline. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation 37 is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all 39 subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-41 Protégé participation. 42 43 These forms are available in the Appendix: 44  Business Equity Utilization Form and Letter of Intent 45  Letter of Intent 46  Business Equity Good Faith Effort Form 47 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised 03/07/2025 CPN 105062-4 Business Equity Prime Contractor Waiver Form 1 Business Equity Joint Venture Form2 3 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE REQUIREMENTS OF 4 THIS SECTION MAY RESULT IN THE BIDDER BEING DECLARED NON-RESPONSIVE AND THE 5 BID REJECTED. 6 7 8 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION WILL RESULT IN 9 THE BIDDER BEING DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT 10 THE BIDDER TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 11 12 For Questions, Please Contact the Business Equity Division of the Department of Diversity and 13 Inclusion at (817) 392-2674. 14 END OF SECTION 15 16 00 52 43 - 1 Agreement Page 1 of 6 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on _September 16, 2025_, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, (“City”), and __McCarthy Building Companies, Inc.___, authorized to do business in Texas, acting by and through its duly authorized representative, (“Contractor”). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE WILL ROGERS CITY PROJECT NO. 105062-4 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of _Three Million, Eight Hundred Eight Thousand, Six Hundred Seventy-Three and 77/100 Dollars ($_3,808,673.77_). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 200 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Seven Hundred and Seventy-Five Dollars ($775.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 00 52 43 - 2 Agreement Page 2 of 6 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 1.This Agreement. 2.Attachments to this Agreement: a.Bid Form 1)Proposal Form 2)Vendor Compliance to State Law Non-Resident Bidder 3)Prequalification Statement 4)State and Federal documents (project specific) b.Current Prevailing Wage Rate Table c.Insurance Certification Form (ACORD or equivalent) d.Payment Bond e.Performance Bond f.Maintenance Bond g.Power of Attorney for the Bonds h.Worker’s Compensation Affidavit i.MBE and/or SBE Utilization Form 3.General Conditions. 4.Supplementary Conditions. 5.Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6.Drawings. 7.Addenda. 8.Documentation submitted by Contractor prior to Notice of Award. 9.The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a.Notice to Proceed. b.Field Orders. c.Change Orders. d.Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 00 52 43 - 3 Agreement Page 3 of 6 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor’s respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 00 52 43 - 4 Agreement Page 4 of 6 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm entity” and “firearm trade association” have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 00 52 43 - 5 Agreement Page 5 of 6 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 00 52 43 - 6 Agreement Pnge 6 of6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: McCarthy Building Companies, Inc. Jeromy C. Shaw (Printed Name) Senior Vice President Title 3400 N. Central Expressway, Ste 500 Address Richardson, TX 75080 City/State/Zip September 23, 2025 Date City of Fort Worth By: �� Jesica McEachern Assistant City Manager 10/10/2025 Date Attest: � A � Jannette Goodall, City Secreta1y (Seal) M&C: 25-0904 Date: September 16, 2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Preeti KC, P.E. Sr. Professional Engineer A�pro�m and Legality: Douglas Black (Oct 3, 2025 17:05:35 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: 2,ie��4t(midA4.Chris Harder, P .E. Director, Water Depa1tment CITY OF FORT WORTH Wnter and Snnitmy Sewer Replacement on Camp Bowie Boulevmd: Will Rogers STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105062-4 Re1•iscd September I. 2025 00 61 13 - 1 PGRPORMAt�ICE HOND Page I of2 TRAVELERS CASUALTY AND SURETY COMPANY 108278999 1 2 3 4 5 6 7 TH� STAT� OT T�XAS COUNTY OF TARRANT S�CTION 00 6113 ' FEDERALINSURANCE YERPORMANCE BOND COMPANY, K42112677 § § ICNOW ALL BY THES� PItESENTS: § s Tt�at we, MCCARTHY BUILDING COMPANIES, INC. , kno�vn as TRAVELERS CASUALTY AND SURETY COMPANY, 9 "Principal" t�eceiu �111d FFf�FRA� INSl1RAj�s',,F C��.1IAPANY , a corporate t0 sucety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Sui•ety" herein (whether one or more), are held and �rmly bound unto tfie City of Fot•t Wortlt, a 12 municipal corporation cceatect pursuant to the la�vs of 1'exas, knonrn as "City" hecein, in the penal 13 sum of, 'I'hree Million Dollars, Eiglit Hundred Ei�ht Thous�nd, Six Hundred 14 Seventy-Three and 77/100 Dollars ($ 3,808,G73.77 ), Ia�vful money of the United 15 States, to be paid in I'ort Worih, Tarrant County, Te�as %r the payment of �vhich s�nn well and 16 17 18 l9 20 21 22 23 24 25 2G truly to be made, �ve biud ourselves, ot�r heii's, executocs, administrators, successors and assigns, jointly and severally, firmly by thase presents. WHEREAS, tlte Principal has entered into a certain written contract �vith the City a�varded fhe 16th day �f September , 2025, which Cotttract is he�•eby referred to and made a �act hereof for all purposes as if fiilly set forth herein, to furnisl� all materials, eqttipment labor and other accessories defiued by la�v, in the prosecution of the Wack, including any Change Orders, as provided for in said Contcact designated as WATER AND SANITARY SEWER REPLACEMENTS ON CAMP I30WIE: WILL ROG�RS, City P��o,ject No, l.4SOG2-4. NOW, THERETOR�, tiie condition of this obligatio�i is sucli that if tl�e said Principal shall faithfully perfo�•m it obligations under the Conh•act and shalt in all �•espects duly 27 aiid faiQifully perform tlie Work, including Cliange Oi•ders, under the Co�ltrTct, accorditig 28 to the plans, specifications, and contract doctunents therein referred to, and as �vell ducing 29 any period of e:ctei�sia�i of the Contcact that may be granted on the part of the Cit��, tlien this obligatiott shall be and become nul] and void, other�vise to reniain in full force a�id effect. 30 31 32 PROVID�D FURTHER, that if any legal action be filed on this Bond, vei�ue shall lie in Tarrant County, Teaas or the United States llistrict Court for thc Northern Disti•ict of'I'exas, Fort Woi�th Division. CI1']' OP FOR'C �VOR7'H �VATER AND SANITAItY SE1VL'R REPLACEMF;NTS ON CA�1P BQ\VfE STANDARD CONSTRUCTION SPECIFICATlOh! DOCUI�4EN"CS NILL ROGE[2S Itevised December8, 2023 CITY PROJF.CTyO. 105062-4 � 0061 13-2 PBRPOR\1ANCf; I30ND Page 2 of 2 2 3 This bond is made and executed in compliance with the provisions of Cha��ter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be dete�•mined in accordance �vith the provisions of said stat��e, 4 IN WITN�SS WH�R�OT, the Principal and the Sui•ety have SIGNED ai�d SEALED this 5 instrument by di�ly autiio�•ized egents a�id officers on this tl�e 16th day of September 6 , 20 25, � 8 9 10 11 12 13 ATTEST�- 15 �..,�/� � , L� � 1G ` (Principal) Secretary �� Davin Mayerhoff 18 Vice President Finance 19 20 21 22 �Vitness as to Principal 23 24 25 2G 2% 28 29 30 31 32 33 34 36 �k��� � J , � PRINCIPAI.: MCCARTHY BUILDING COMPANIES. INC. B'Y: � v fignature Jeromy Shaw Senior Vice President Ops � Name and Title �� • �c�11 ► -. . '.• - ,. - �� : •�. � •� . ' 1:1 SURETY: TRAVELERS CASUALTY AND SURETY COMPANY FEDERALINSURANCE COMPANY R��: • �� Signatw•e Jennifer Williams Attorney-In-Fact Name and'Citle Address: One Tower Square, Hartford, CT 06183 2026 Hall's Mill Road, Whitehouse Stalion NJ 08889 � '� 314.579.8328 37 1Vit►iess as to Surety, Salena Wood Teleplione Numbar: 281-627-3388 38 Email Address: CGARRET2na travelers.com, 3� Philip.Miller@Chubb.com 40 *Note: If signed by an officer of the Surety Company, there must be on fi[e a ce��tified extract 41 fi•om the by-laws showing that this person has authority to sign snch obligation. 1f 42 Sui•eh�'s physical address is diffe�•ent fi•om its �uailing address, both must be pcovided. 43 The date of the bond shall not be prior to the date tiie Contract is awarded. �S� C[TY OT FORT �VORTIi WA7'ER ANU SAAlfCARY SCWER KBPLACE�IENTS ON CAMP Bd\VIE S'CANDAILD CO\S'CRUC7'lON SPGCIFICA'f10N DOCU\1ENT5 NILL ROG�.RS Re��iscd December 8, 202J CITY PROJECT NO. 105062-4 I 2 3 4 5 G 7 SECTION 00 Gl. 14 PAYMEN'I' BOND oo6i ia-i PAYNIEN'1' UOND Pngc I of 2 TRAVELERS CASUALTY AND SURETY COMPANY, 108278999 FEDERALINSURANCE COMPANY. K42112677 TH� STATE O�+' TEXAS § § ICNOW ALL BI' THES�; PRESENTS: COiJNTY OT' TARRANT § 8 Tllat �ve, MCCARTHY BUILDING COMPANIES, INC. , kno�vn as TRAVELERS CASUALTY AND SURETY COMPANY, 9 "P►•incipal" herein, a�id F��FF3AI INSl1RAN(:F COMPANY ,� 10 corporate surety (sureties), duly authorized to do business in the State of Tesas, kno�vn as "Surety" 11 herein (�t�hether one or more), are held �nd firmly bound unto the City of Fort Warth, a municipat 12 COI'p01'�ilOIl Cl�eated pin�suant to the la�vs of the State of 'I'e�as, kno�vu as "City" herein, n� the 13 penal sum of Three Million Dollacs, Ei�lit 1�Iundred Ei�ht Thousand, Six Ht�ndred (4 Seventy-Three and 77/100 Dollars ($_ 3,808,673.77 ), la�vful tnoney of the 1S United States, to be paid in Fort Worth, 'Carrant County, Texas, for tl�e payment of whicl� sum 16 �vell and truly be made, �ve bind ourseives, ou�• heirs, e�ecutors, administrators, successors and 17 assigns, jointly and severally, fii•mly by these presents, 18 WHEREAS, Principftl I�as entered into a certain n�ritten Contcact with City, ewat•ded tlie 19 16th day of September , 2025, �vhich Contcact is hereby referi•ed to and made a part 20 hereof for ali purposes as if fidly set forth herein, to fi�rnish all materials, equipment, labor and 21 other accessaeies as defined by la�v, in the prosecution of the Work as p�•ovided for in said 22 Contract and designated as WATER AND SANITARY SEVV�R I2�PLACEMENTS 23 ON CAMP BOWIE: WILL ROGERS, Cih` Pro_jecf No. 105062-�. 24 25 2G 27 28 NOW, THF,RE�ORE, THE CONDIT[ON UF THIS OI3LIGATION is such that if Principal shall pay all monies o�ving to any (ancl all) paymeut bond beneficiaty (as defined in Chapte�• 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contcact, then this obligation shall be and become null and void; other�vise to cem�in in full force and effect. 29 This bond is made and executed i�i compliance ���itti the p►•ovisions of Chapter 2253 of 30 the TeYas Goveriiment Code, as amended, aiid all liabilities on this bond shall be 3l determined in accordance with the peovisions of said statute, 32 Cl"PY OP FOR'I' 1VOR"I'H \YATER AND $ANITARY SE1�'ER REPLACEl�1EN1'S ON CAD4P I301VIT; STANAARn CONSTRUCTION SPHCIFICATION DUCU�iGNTS �VIL[. ROGERS Revised Deceuiber 8, 2023 CITl' PROJECT NO. I OSOb2-4 � 0061 14-2 PAYMENT IIOND Page 2 of 2 f IN WITNF.SS WH�R�OI�', the Principal atid Sui•ety liave each SIGNED and SCALED 2 this instrument by duly authorized agents ancl o8icers on this the 16th day of 3 September , Zo 25 . a ATTES7': � i� " �jiicipal) Secretary Davin Mayerhoff Vice President Finance Witness as to Pri�icipaf ATTEST: N/A (Surety) Secreta�y :�C�LQ,�.� c����� Witness as to Suret Salena Wood PRINCCPAL: MCCARTHY BUILDING (',�QMPANIES, INC. BY: �0�-� ,SJ'gi�ature Jeromy Shaw ��-�O�' �l�o- Arcci raonf- �pS Name and Title Address: 3400 N. Central Expressway Suite 500 Richardson, TX 75080 SURE'['Y: TRAVELERS CASUALTY AND SURETY COMPANY FEDERAL INSLIRANCF (:(�MPANY BY: q�t..�..�,� �..�.�CJ�,�t�v�-� Si�nature Jennifer Williams. Attorney-In-Fact Name and T'itte AddPess: One Tower Square, Hartford, CT 06183 2026 Hall's Mill Road, Whitehouse Station NJ 08889 y' 314.579.8328 Telephone Number: 2s�-s2�-ssas $tn8i1 AddreSS: CGARRET2(a�travelers.com, 5 Pfiilip.Miller@Chubb.com 6 Note: If signed by an officer of the Sucety, there must be on file a cet�tified e,�tract from the byla�vs 7 shot��ing that this person has authority to sign such obligation. If Surety's physical address is 8 different fi•oiu its maili►ig address, both must be pcovided. 9 10 The date of the bo�id shall not be prior to the date the Contract is a�varded. � 12 �1VD OF SECTION a CITY O� FORT �i'OK'fH 1VATiiR AND SANI'1'ARY Sr1VGR REPLACE�fEN'fS ON CA�4F D01VIE STANDARb CONSTRUCTION 5PECIFICA'CION DOCUDIENTS W1LL KOGGRS Revised Uccember 8, 2023 CITY PROJEC7' NO. 105062-4 � 2 3 4 5 G 7 sECTrorr oo �i i9 MAINTENANCE BOND 00 61 I 9- 1 b4AlNTENANC[i BOND Pnge 1 of3 TRAVELERS CASUALTY AND SURETY COMPANY, 108278999 FEDERALINSURANCE COMPANY, K42112677 THG STAT� OI' T�XAS § § KNOW ALL BY THFSE PR�SENTS: COUN'TY OF TARRANT § 8 'I'hat ���e MCCARTHY BUILDING COMPANIES, INC. , known as TRAVELERS CASUALTY AND SURETY COMPANY, 9 "Principa[" herein and ��FRAI INSl1RAN(;F f'(�MPyp�y , a corporate surety 10 (sureties, if more than one) duly autho�•ized to do business in the State of Texas, kno�vn as "Surety" 11 herein (whether one or more), ai•e held and firmly bound unto the City of F'oct Worth, a municipal l2 corporation created pursuant to the l�tivs of the State of "I'e�as, kno�vn as "City" herein, in the sum 13 of Three Mitlion Dollars, Ei�ht Hundred Eigl�t Thousand, Six Hundred Seventy-Thcee and 14 77/100 Dollars ($ 3,808,673.77 ), lawful iuoney of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of ���hich sum well and tculy be n�ade unto the City 1G 17 and its successors, �ve bind ot�cselves, ou�• heirs, eaecutors, adntinistrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, the Principal Izas entered into a certain �vritten contract �vith the City awarded 20 the 16th day of September, 2025, �vhich Contract is hereby referred to and a made part 21 hereof for all purposes as if fi�lly set forth hei�ein, to furnish all materials, equipment labor and 22 other accessocies �s defitied by latv, in the prosecution of the Work, including any Vdork 23 i�esulting fcotn a du[y autltorized Change Order (collectively herein, the "V1�ork") as provided 24 for in said contract at�d designated as WAT�R AND SAN�TARY S�WF.R 25 R�PLACEMENTS ON CAMP I30WIE: WILL ROG�RS, City Pro.'ect No. 1O50G2-4; and 26 27 28 29 30 31 32 33 WHER�AS, Pri�icipal binds itself to use siich �naterials and to so construct the Wo��k in accorda�ice i��itil the plans, speciftcatio�is and Co�ltract Docuitteiits tl�at the Work is and ���ill reuiain fi�ee fi•om defects in cnaterials or workuians{�ip fot• a�id during the period of hvo (2) yenrs aRer the date of Final Acceptance of the Work by tlle City ("Maintenance Period"}; and WHER�AS, Principa! binds itself to repair or reconstruct the Vi�ork in �vhole or in part upon receiving notice fi'om the City of the need tharefor at any time within the Maintenance Period. � Cl7'1' OP �OR't' 1VORTH NATER AND SANl1'e\IiY SEIVER R�PLACEMEN'l'S ON CAb1P E30�VIE STANDAKD CONSTRUCTION SPEC[PICATION DOCUI��tEN'1'S tiVILL ROGEItS Revised December 8, 2023 CITY PROJGC7' NO. 105602-4 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 8, 2023 CITY PROJECT NO. 105602-4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 1 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 2 the City, then this obligation shall become null and void; otherwise to remain in full force and 3 effect. 4 5 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 7 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 8 Surety under this Maintenance bond; and 9 10 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 11 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 12 Worth Division; and 13 14 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 15 recoveries may be had hereon for successive breaches. 16 17 18 19 0061 19-3 tifAINTE�ANCL IiOT�lD Pagc 3 of 3 1 IN WITN�SS WH�RrOF, the Princi�al and the Surety have each SIGNED and SEALFD this 2 instrument by duly authorized �geuts and officcrs on this the 16th day of September 3 4 5 G 7 8 9 ]0 ]t 12 13 14 IS 16 l7 l8 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �{ 1 �t2 20 25 . ATTE i ��' � / �,� Priucipal) Secretarp Davin Mayerhoff Vice President Finance \Vitness as to Principal ATTES'I': PRINCIPAL: MCCARTHY BUILDING COMPANIES, INC. BY: ��/ �'gnature Jeromy Shaw Senior Vice President Ops Name and Title Address: 3400 N. Central Expressway Suite 500 Dallas. TX 75080 SURETY: TRAVELERS CAS�ALTY AND SURFIY COMPANY FEDERAL INSURANCE COMPA'NY BY: q t� L.�..JC..��4,�.�— d ------� -----,� �Signature Jennifer Williams. Attorn�y-fn-Fact Nnute and 'I'itle N/A Addt•ess: One Tower Sc���re, Hartford,S:T (1F183 (Surety} Secretary 7028 Hall's Mill Ro��J,_V�mitahnusa Station NJ 08889 � 314 579.8328 ���it iess �s to Surety, Salena Wood Telephone Number: 2g1-627-3388 � Elnail A(ial'ess: CGARRET2(c�travelers.com, �IiTp.fJfiTfer@Chubb.com *Note: If signed by an officer of the Surety Company, there must be on file a certified eatract fi�om tl�e by-la�vs sho«�ing that ihis person has authority to sign such obligation. If Su►•ety's pl�ysical address is different fl•om its ivailing address, both must be provided. The date of the bond shall not be prior to tfie date the Contract is a�varded. CITY OP FORT \VORTA 1VATER ANU SANiTARY 3E�1'ER REPLACEMGNTS ON CA\1P BO�VIG S'fANDARD CONSTR[]C7'ION SPECIFICAT[ON DOCU�4ENTS 1VILL ROGHRS Revised December 8, 2023 CITY t'ROJCCT N0. 1a5602-4 �A� TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jennifer Williams of ST LOUIS , Missouri , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. r�4 ���En.� Jp�tY Ah0 � 9 8` 1G�� � y yP 9 �FiR�f�{� i a a HARTFOFiD� � �f � p��� '�yr �µ'N�>�� ��� � � State of Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ,.si\PP Npj�;•�.� � 1������1%�G IN WITNESS WHEREOF, I hereunto set my hand and o�cial seal. �" �' 's, }lOiARY � /� t My Commission expires the 30th day of June, 2026 * a+" �`j LG (/ rue�ic + Anna P. Nowik, Notary Public �•.�."..�.""•�," This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. I `' �� Z.ozS Dated this (�� day of S�PteM ��y�r `J��tr allo� �� � � �9 � * � a a FLIRiFORD, c HAHTFORD� � CN70�K � CONH. B " CONN. � � � > t� �. ..,..�p �y+ . '��s �s * �G� � /�C" __/� � Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, p/ease ca// us at 1-800-421-3880. P/ease refer to the above-named Attorney(s)-in-Fact and the de.tai/s oi`the bond to which this PowerofAttorney is ahtached. Power of Attorney Federal Insurance Company � Vigilant Instu�ance Company � Pacific Indemnity Company Westchester Fire Insurance Company � ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana cm�poration, VIGILANT INSURANCE COMPANY, a New Ym k corpm ation, PACI�IC INDEMNITY COMPANY, a Wisconsin corpm�ation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY cm pm ations of [he Conunonwealth of Pennsylvania, do each hereby constitute and appoint Chflstlna L. B21'attl, Thomas U. Krippene, Barbara Pannier, Eric D. Sauer, Jennifer Williams and Salena Wood ofSt. Louis, Missouri ----------------------------------------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behal(as sw�ety thereon or otherwise, bonds and undertakings and other writings obligatmy in the nature thereof (other than bail bonds) given or executed in the cowse of business, and any insU'uments amending or altering [he same, and consents to the modification or alteration o( any instniment referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN 1NSURANCE COMPANY have each executed and attested diese presents and affixed their corporate seals on this S�h day of April, 2024. ��� �-Q.�- ��-.���� � Rupe�t H D Su•indells. Assistan[ Secrttan� .�+. � ��� �•�� � `� �b��� STATE OF NEW JERSEY County of Hun[erdon W~ e��. ;:n�ren Girhhc n•n. \'irc Ih���idcni ��3 -.._ � •�� ` � � '� q �FJ'L . . Z On this S�h day of April, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Eichhm�n, to me known to be Assistant Secretaiy and Vice President, respectively, of �EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert ND Swindells and Warren Eichhorn, being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the cm•pora[e seals thereof, that the seals affixed to the fm�egoing Power of Attm�ney are such corpa•ate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal �t c rG � pl��=1 � uBL���'! 1��%' JER�" Albert Con(ursi NOTARY PUBLIC OF NEW IERSEY No SQ202369 Commissian Expires Augusc 22,2027 Nohry Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE WSORANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on Maieh 20, 2009: "RESOLVED, that the following authorizations relate to the exec�tion, for and on behalf of the Company, of bonds, undertakings, recognizanres, contracts and other written commi[men[s o( the Company en[ered into in Ihe ordinary course of business (each a"Written Commitment"): . (1) Bach of the Chairman, the Presiden[ and the Vice Presidents of Ihe Company is hereby au[horized to execute any Written Commitment for and on behalf of the Company, under [he seal of the Company or othenvise. (2) Each duly appoin[ed attorney-in-fact of the Company is hereby authorized to execu[e any Written Commiro�ent for and on behalf of the Company, under the seal of the Company or othenvise, [o the extent [ha[ such action is authorized by the grant of powers provided For in such person's written appointment as such a[torney-imfact. (3) Each of the Chairman, [he President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, [o appoint in �vriting any person the a[[orney-in- (act of the Company �vith full potver and authority [o execu[e, for and on 6ehalf of the Company, under the seal of the Company or othenvise, such Wri[ten Commi[men[s of [he Company as may be specified in such written appointmen[, which specifitation may be by general type or class of Written Commi[men[s or by specification of one or more particular Written Commitmen[s. (4) Each o( [he Chairman, Ihe President and the Vice Presidents of the Company is hereby au[horized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of [he Company, under the Company's seal or othenvise, such Written Commitments of [he Company as are specified in such tvritten delegation, which specification may be by general type or dass o( Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appoinmient or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or �vritten appoin[ment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed ro be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalfof the Company, and such Resolu[ion shall not limit or othenvise affect [he exercise of any such po�ver or au[hority othenvise validly granted or vested:' I, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, con-ect and in full fm•ce and eFfect, (ii) the fm�egoing Power of Attorney is h•ue, correct and in full fm•ce and effect. Given wider my hand and seals of said Companies at Whitehouse Station, NJ, this I�T� d�� 0 f St�� C� `"r� �0�� � . �1'�� _ _ ��� t� �s�� 8 '���' � � c� ��� �� .�. ��,a�-� RupeK HD S��•indells ,�ssistant �ecmetar}� IN THE BVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS 60ND OR NOTIFY US 0� ANY OTHER MATTBR, PLGASE CONTACT US AT: Tele hone 906 903- 3493 Pax 906 903- 3656 e-mail: sure @chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) State of Texas Claim Notice Endorsement To be attached to and form a part of Bond No. 108278999. In accordance with Section 2253.021(fl of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: Travelers Casualty and Surety Company One Tower Square Hartford, Connecticut 06183-6014 (860) 277-0111 HaUe a complaint or need help? Tiene una queja o necesita ayuda? IMPORTANT NOTICE If you have a problem with a claim or your premiums, call your insurance company first. If you can't worlc out the issue, the Texas Department of Insurance may Ue able to help. AVISO IMPORT�INT E Si tiene un problema con un reclamo o las primas, llame primero a la empresa de seguros. Si no puede resolvei• el problema, el Departamento de Seguros del estado de 1'ejas puede ayudar. �ven if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company. If you don't, you may lose your right to appeal. To get information or file a complaint with CHUBB: Call Toll-free: i-800-36-CHUBB Mail: �astern Claim Sei�c�ice Center 60o Independence Parlcway Chesapeake, VA 23320 Attn: Surety Support Phone: 800-252-46�o Fax:800-664-5358 Email: ecsc.claims@chuUU.com To get help �vith an insurance question or file a complaint with the state: The Texas Department of Insurance Call �vith a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov Mail: MC-ui-iA, P.O. Box i49ogi Austin, TX �8�i4-9o9i Si registra una queja con el Departamento de Segui•os del estado de tejas, tambien debe presentar ttna queja o apelacion a traves de su compania de seguros. Si no lo hace puede perder su derecho de apelar. Para obtener informacion o registro de una queja con CHUBB: Llame al: s-800-,36-CHUBS Correo: Eastern Claim Seivice Center 60o Independence Parlcway Chesapealce, VA 23820 Attn: Surety Suppoi�t Telefono: 800-252-46�o Fax:800-664-535g Correo electronico: ecsc.claims@chubU.com Para ayuda con una pregtmta de seguros o registrar una queja con el estado: El Departamento de Seguros del Estado de Tejas Preguntas: i-800-252-3439 Quejas: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Correo: MGiii-iA, P.O. Box i49o9i Austin, TX �8�i4-9o9i Porm 15-1�-0347 iRee. 2/z3) IN ACCORDANCE WITH THE POLICY PROVISIONS. POLICY NUMBER: MWZY31825525 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured 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 exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III Limits Of Insurance: If coverage provided to the 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: 1.Required by the contract or agreement; 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. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 POLICY NUMBER: MWZY31825525 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured 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 is added to Section III Limits Of Insurance: If coverage provided to the 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: 1.Required by the contract or agreement; 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. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT. COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART 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. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWZY31825525 GL 029 008 0424 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART/FORM SCHEDULE Name of Person(s) or Organization(s): SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS , 8. Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: 1.If we recover any amount as a result of our exercise of these rights, the amount recovered will be divided as follows: a.Any insured or other insurer that paid amounts in excess of the limits of coverage that apply under this policy will be reimbursed for the actual amount paid. b.We will then be reimbursed for any payments we have made. c.Then, if any amount remains, any insured or other insurer who paid amounts before the limits of coverage for this policy applied will be reimbursed for the actual amount paid. Expenses incurred in obtaining a recovery of any payment we make under this policy from someone other than us will be divided in the same ratio as the recovery is shared. However, if we bring legal action against any other party on our own or try to obtain recovery and fail to do so, we will pay all expenses we incur. 2.We waive any right of recovery we may have against the Person(s) or Organization(s) shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with the Person(s) or Organization(s) and included in the "products and completed operations hazard". This waiver applies only to the Person(s) or Organization(s) shown in the Schedule above. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Policy Number: MWZY31825525 PIL 028 05 10 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: Person or Organization: Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. MWZY 318255 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. 90 Policy Number: MWZY31825525 PCA 001 10 13 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person(s) or Organization(s): With respect to COVERED AUTOS LIABILITY COVERAGE,Who Is An Insured is changed with the addition of the following: Each person or organization shown in the Schedule for whom you are doing work is an insured". But only for "bodily injury" or "property damage" that results from the ownership, maintenance or use of a covered "auto" by: 1.You; 2.an "employee" of yours; or 3.anyone who drives a covered "auto" with your permission or with the permission of one of your "employees". However, the insurance afforded to the person or organization shown in the Schedule shall not exceed the scope of coverage and/or limits of this policy. Not withstanding the foregoing sentence, in no event shall the insurance provided by this policy exceed the scope of coverage and/or limits required by the contract or agreement. MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Where Required by Written Contract Policy Number: MWTB 318257-25 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A.The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: 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". B.The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are 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". MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 COMMERCIAL AUTO CA 04 43 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 43 11 20 © Insurance Services Office, Inc., 2019 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) AUTOMATIC WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with respect to the coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A.Under a written contact or agreement with such person(s) or organization(s); and B.Prior to the "accident" or the "loss." MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 Policy Number: MWTB 318257-25 PIL 028 05 10 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: Person or Organization: Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. MWTB 318257 25 McCarthy Holdings, Inc. 04/01/25 - 04/01/26 All certificate holders where written notice of the cancellation of this policy is required by written contract, permit or agreement with the Named Insured and whose names and addresses will be provided by the broker or agent listed in the Declarations Page of this policy for the purposes of complying with such request. 90 Policy Number: MWTB 318257-25 WC 00 03 13 (Ed. 4-84)  1983 National Council on Compensation Insurance. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) POLICY NUMBER: MWC 318256 25 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS REQUIRED BY WRITTEN CONTRACT WITH SUCH PERSON OR ORGANIZATION PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. DATE OF ISSUE: 01-30-25 WC 99 03 65 (03/11) Page 1 of 1 OLD REPUBLIC INSURANCE COMPANY WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY POLICY DESIGNATED ENTITY - NOTICE OF CANCELATION PROVIDED BY US ENDORSEMENT SCHEDULE Number of Days Notice of Cancellation: 120 Person or Organization: ALL CERTIFICATE HOLDERS WHERE WRITTEN NOTICE OF CANCELLATION OF THIS POLICY IS REQUIRED BY WRITTEN CONTRACT, PERMIT OR AGREEMENT WITH THE NAMED INSURED AND WHOSE NAMES AND ADDRESSES WILL BE PROVIDED BY THE BROKER OR AGENT LISTED IN THE DECLARATIONS PAGE OF THIS POLICY FOR THE PURPOSE OF COMPLYING WITH SUCH REQUEST. Address: Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancelation in the schedule above, we will mail notice of cancelation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancelation in the schedule above before the effective date of cancelation. Policy Number: MWC 318256 25 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with standard 6 ACORD Certificate of Insurance form.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Wor k .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 – Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Co mmunication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Wor k................................................................................................................... 32 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 35 Article 7 – Other Wor k at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 – City’s Observation Status During Construction ........................................................................... 37 9.01 City’s Project Manager ……...................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Wor k .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Wor k .................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Wor k .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Wor k ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Wor k........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 – Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 – Suspension of Wor k and Termination ........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 – Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which ar e applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award – Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Wor k 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 al l Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement ar e Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department – The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals ar e not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or mor e hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timel y compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans – See definition of Drawings. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 51. Project—The Wor k to be performed under the Contract Documents. 52. Project Manager—The authorized representative of the City who will be assigned to the Site. 53. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours – Hours beginning at 7:00 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 so me portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Wor k is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which ar e specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate so me portion of the Work. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import ar e used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. D. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or si milar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Wor k shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents ar e complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading “Related Sections include but ar e not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Wor k affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or mor e of the following ways: 1. A Field Order; 2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City’s written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City’s on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. 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. 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 perfor ming the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of -way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings ar e not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City’s judgment ar e necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings ar e not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Wor k may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liability policies. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for al l policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 7. If insurance policies ar e not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primar y coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions ar e determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of -way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be perfor med during Regular Working Hours. Contractor will not permit the performance of Wor k beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for al l services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with so me or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will confor m substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) al l variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special perfor mance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Wor k shall communicate with City through Contractor. H. All Work perfor med for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an ar bitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require al l of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Wor k or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Wor k and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay 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 Wor k which ar e 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 permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following ar e permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Ar my Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Co mpany Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give al l notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings ar e in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease al l materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: https://comptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations ar e in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Wor k and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. al l persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Wor k may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Wor k or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals ar e submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Wor k 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 infor mation given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. nor mal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. 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 perfor mance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City’s Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Manager will determine, in general, if the Wor k is proceeding in accordance with the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Manager’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City’s Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or mor e accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Wor k thereunder. B. City will render a written decision on any issue referred. C. City’s written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Wor k 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 Wor k not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Wor k which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Wor k under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs ar e 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 Wor k or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant’s last submittal (unless Contract allows additional time). C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of al l construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which ar e 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 si milar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Wor k and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.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. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be perfor med for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities ar e revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Wor k involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump su m or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees for Contractor’s own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tiers of subcontracts ar e on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.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 net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Wor k contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of al l defective Wor k of which City has actual knowledge will be given to Contractor. Defective Wor k may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Wor k (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay al l costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Wor k (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 Wor k for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Wor k 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 al l necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Wor k is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay al l claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Wor k that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to al l costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Wor k (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of , the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from al l or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Application for Payment will be based on City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge: a. the Wor k has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Wor k is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 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 with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Wor k is incomplete or defective (“Punch List Items”). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work . B. Payment Becomes Due: 1. After City’s acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After al l Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Wor k fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, al l submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established 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 mor e of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perfor m 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 ar e terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.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. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice 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 al l orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto ar e in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revision: 3/08/2024 CITY PROJECT NO. 105062-4 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings ar e inserted for convenience only and do not constitute parts of these General Conditions. 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 8, 2025: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, “Availability of Lands” 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 8, 2025: EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Study Report No. 103-23-519, dated May, 2024, prepared by CMJ Engineering, Inc., a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on existing geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: NONE SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC -5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right -of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right -of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., “Project Schedule” Project schedule shall be tier 3 for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. SWPPP 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 8, 2024 CITY PROJECT NO. 105062-4 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: 1. None. SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 8, 2025: Outstanding Permits and/or Licenses to Be Acquired NONE SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Sedalco Interior Renovations at the Will Rogers Colliseum and Burnett Buildings City – Public Events SC-8.01, “Communications to Contractor” NONE SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Preeti, KC, P.E. or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., “Tests and Inspections” NONE SC-16.01C.1, “Methods and Procedures” NONE 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. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 a. A reasonable amount of tools, materials, and equipment for construction 1 purposes may be stored in such space, but no more than is necessary to avoid 2 delay in the construction operations. 3 b. Excavated and waste materials shall be stored in such a way as not to interfere 4 with the use of spaces that may be designated to be left free and unobstructed 5 and so as not to inconvenience occupants of adjacent property. 6 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 7 manner as not to interfere with the operation of the railroad. 8 1) All Work shall be in accordance with railroad requirements set forth in 9 Division 0 as well as the railroad permit. 10 D. Work within Easements 11 1. Do not enter upon private property for any purpose without having previously 12 obtained permission from the owner of such property. 13 2. Do not store equipment or material on private property unless and until the 14 specified approval of the property owner has been secured in writing by the 15 Contractor and a copy furnished to the City. 16 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 17 obstructions which must be removed to make possible proper prosecution of the 18 Work as a part of the project construction operations. 19 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 20 lawns, fences, culverts, curbing, and all other types of structures or improvements, 21 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 22 appurtenances thereof, including the construction of temporary fences and to all 23 other public or private property adjacent to the Work. 24 5. Notify the proper representatives of the owners or occupants of the public or private 25 lands of interest in lands which might be affected by the Work. 26 a. Such notice shall be made at least 48 hours in advance of the beginning of the 27 Work. 28 b. Notices shall be applicable to both public and private utility companies and any 29 corporation, company, individual, or other, either as owners or occupants, 30 whose land or interest in land might be affected by the Work. 31 c. Be responsible for all damage or injury to property of any character resulting 32 from any act, omission, neglect, or misconduct in the manner or method or 33 execution of the Work, or at any time due to defective work, material, or 34 equipment. 35 6. Fence 36 a. Restore all fences encountered and removed during construction of the Project 37 to the original or a better than original condition. 38 b. Erect temporary fencing in place of the fencing removed whenever the Work is 39 not in progress and when the site is vacated overnight, and/or at all times to 40 provide site security. 41 c. The cost for all fence work within easements, including removal, temporary 42 closures and replacement, shall be subsidiary to the various items bid in the 43 project proposal, unless a bid item is specifically provided in the proposal. 44 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 25 00 1 SUBSTITUTION PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for requesting the approval of substitution of a product that is not 6 equivalent to a product which is specified by descriptive or performance criteria or 7 defined by reference to 1 or more of the following: 8 a. Name of manufacturer 9 b. Name of vendor 10 c. Trade name 11 d. Catalog number 12 2. Substitutions are not "or-equals". 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Request for Substitution - General 25 1. Within 30 days after award of Contract (unless noted otherwise), the City will 26 consider formal requests from Contractor for substitution of products in place of 27 those specified. 28 2. Certain types of equipment and kinds of material are described in Specifications by 29 means of references to names of manufacturers and vendors, trade names, or 30 catalog numbers. 31 a. When this method of specifying is used, it is not intended to exclude from 32 consideration other products bearing other manufacturer's or vendor's names, 33 trade names, or catalog numbers, provided said products are "or-equals," as 34 determined by City. 35 3. Other types of equipment and kinds of material may be acceptable substitutions 36 under the following conditions: 37 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 a. Or-equals are unavailable due to strike, discontinued production of products 1 meeting specified requirements, or other factors beyond control of Contractor; 2 or, 3 b. Contractor proposes a cost and/or time reduction incentive to the City. 4 1.5 SUBMITTALS 5 A. See Request for Substitution Form (attached) 6 B. Procedure for Requesting Substitution 7 1. Substitution shall be considered only: 8 a. After award of Contract 9 b. Under the conditions stated herein 10 2. Submit 3 copies of each written request for substitution, including: 11 a. Documentation 12 1) Complete data substantiating compliance of proposed substitution with 13 Contract Documents 14 2) Data relating to changes in construction schedule, when a reduction is 15 proposed 16 3) Data relating to changes in cost 17 b. For products 18 1) Product identification 19 a) Manufacturer's name 20 b) Telephone number and representative contact name 21 c) Specification Section or Drawing reference of originally specified 22 product, including discrete name or tag number assigned to original 23 product in the Contract Documents 24 2) Manufacturer's literature clearly marked to show compliance of proposed 25 product with Contract Documents 26 3) Itemized comparison of original and proposed product addressing product 27 characteristics including, but not necessarily limited to: 28 a) Size 29 b) Composition or materials of construction 30 c) Weight 31 d) Electrical or mechanical requirements 32 4) Product experience 33 a) Location of past projects utilizing product 34 b) Name and telephone number of persons associated with referenced 35 projects knowledgeable concerning proposed product 36 c) Available field data and reports associated with proposed product 37 5) Samples 38 a) Provide at request of City. 39 b) Samples become the property of the City. 40 c. For construction methods: 41 1) Detailed description of proposed method 42 2) Illustration drawings 43 C. Approval or Rejection 44 1. Written approval or rejection of substitution given by the City 45 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 2. City reserves the right to require proposed product to comply with color and pattern 1 of specified product if necessary to secure design intent. 2 3. In the event the substitution is approved, the resulting cost and/or time reduction 3 will be documented by Change Order in accordance with the General Conditions. 4 4. No additional contract time will be given for substitution. 5 5. Substitution will be rejected if: 6 a. Submittal is not through the Contractor with his stamp of approval 7 b. Request is not made in accordance with this Specification Section 8 c. In the City’s opinion, acceptance will require substantial revision of the original 9 design 10 d. In the City’s opinion, substitution will not perform adequately the function 11 consistent with the design intent 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. In making request for substitution or in using an approved product, the Contractor 17 represents that the Contractor: 18 1. Has investigated proposed product, and has determined that it is adequate or 19 superior in all respects to that specified, and that it will perform function for which 20 it is intended 21 2. Will provide same guarantee for substitute item as for product specified 22 3. Will coordinate installation of accepted substitution into Work, to include building 23 modifications if necessary, making such changes as may be required for Work to be 24 complete in all respects 25 4. Waives all claims for additional costs related to substitution which subsequently 26 arise 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS [NOT USED] 31 PART 3 - EXECUTION [NOT USED] 32 END OF SECTION 33 34 35 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 EXHIBIT A 1 REQUEST FOR SUBSTITUTION FORM: 2 3 TO: 4 PROJECT: DATE: 5 We hereby submit for your consideration the following product instead of the specified item for 6 the above project: 7 SECTION PARAGRAPH SPECIFIED ITEM 8 9 10 Proposed Substitution: 11 Reason for Substitution: 12 Include complete information on changes to Drawings and/or Specifications which proposed 13 substitution will require for its proper installation. 14 15 Fill in Blanks Below: 16 A. Will the undersigned contractor pay for changes to the building design, including engineering 17 and detailing costs caused by the requested substitution? 18 19 20 B. What effect does substitution have on other trades? 21 22 23 C. Differences between proposed substitution and specified item? 24 25 26 D. Differences in product cost or product delivery time? 27 28 29 E. Manufacturer's guarantees of the proposed and specified items are: 30 31 Equal Better (explain on attachment) 32 The undersigned states that the function, appearance and quality are equivalent or superior to the 33 specified item. 34 Submitted By: For Use by City 35 36 Signature Recommended Recommended 37 as noted 38 39 Firm Not recommended Received late 40 Address By 41 Date 42 Date Remarks 43 Telephone 44 45 For Use by City: 46 47 Approved Rejected 48 City Date 49 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 17, 2012 CITY PROJECT NO. 105062-4 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the execution of the 27 Agreement and before Work is started. 28 a. The meeting will be scheduled and administered by the City. 29 2. The Project Representative will preside at the meeting, prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 3. Attendance shall include: 33 a. Project Representative 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 e. Other City representatives 39 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 17, 2012 CITY PROJECT NO. 105062-4 f. Others as appropriate 1 4. Construction Schedule 2 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 3 provide at Preconstruction Meeting. 4 b. City will notify Contractor of any schedule changes upon Notice of 5 Preconstruction Meeting. 6 5. Preliminary Agenda may include: 7 a. Introduction of Project Personnel 8 b. General Description of Project 9 c. Status of right-of-way, utility clearances, easements or other pertinent permits 10 d. Contractor’s work plan and schedule 11 e. Contract Time 12 f. Notice to Proceed 13 g. Construction Staking 14 h. Progress Payments 15 i. Extra Work and Change Order Procedures 16 j. Field Orders 17 k. Disposal Site Letter for Waste Material 18 l. Insurance Renewals 19 m. Payroll Certification 20 n. Material Certifications and Quality Control Testing 21 o. Public Safety and Convenience 22 p. Documentation of Pre-Construction Conditions 23 q. Weekend Work Notification 24 r. Legal Holidays 25 s. Trench Safety Plans 26 t. Confined Space Entry Standards 27 u. Coordination with the City’s representative for operations of existing water 28 systems 29 v. Storm Water Pollution Prevention Plan 30 w. Coordination with other Contractors 31 x. Early Warning System 32 y. Contractor Evaluation 33 z. Special Conditions applicable to the project 34 aa. Damages Claims 35 bb. Submittal Procedures 36 cc. Substitution Procedures 37 dd. Correspondence Routing 38 ee. Record Drawings 39 ff. Temporary construction facilities 40 gg. M/WBE or MBE/SBE procedures 41 hh. Final Acceptance 42 ii. Final Payment 43 jj. Questions or Comments 44 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised August 17, 2012 CITY PROJECT NO. 105062-4 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 31 20 1 PROJECT MEETINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for project meetings throughout the construction period to enable orderly 6 review of the progress of the Work and to provide for systematic discussion of 7 potential problems 8 B. Deviations this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Schedule, attend and administer as specified, periodic progress meetings, and 21 specially called meetings throughout progress of the Work. 22 2. Representatives of Contractor, subcontractors and suppliers attending meetings 23 shall be qualified and authorized to act on behalf of the entity each represents. 24 3. Meetings administered by City may be tape recorded. 25 a. If recorded, tapes will be used to prepare minutes and retained by City for 26 future reference. 27 4. Meetings, in addition to those specified in this Section, may be held when requested 28 by the City, Engineer or Contractor. 29 B. Pre-Construction Neighborhood Meeting 30 1. After the execution of the Agreement, but before construction is allowed to begin, 31 attend 1 Public Meeting with affected residents to: 32 a. Present projected schedule, including construction start date 33 b. Answer any construction related questions 34 2. Meeting Location 35 a. Location of meeting to be determined by the City. 36 3. Attendees 37 a. Contractor 38 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 b. Project Representative 1 c. Other City representatives 2 4. Meeting Schedule 3 a. In general, the neighborhood meeting will occur within the 2 weeks following 4 the pre-construction conference. 5 b. In no case will construction be allowed to begin until this meeting is held. 6 C. Progress Meetings 7 1. Formal project coordination meetings will be held periodically. Meetings will be 8 scheduled and administered by Project Representative. 9 2. Additional progress meetings to discuss specific topics will be conducted on an as-10 needed basis. Such additional meetings shall include, but not be limited to: 11 a. Coordinating shutdowns 12 b. Installation of piping and equipment 13 c. Coordination between other construction projects 14 d. Resolution of construction issues 15 e. Equipment approval 16 3. The Project Representative will preside at progress meetings, prepare the notes of 17 the meeting and distribute copies of the same to all participants who so request by 18 fully completing the attendance form to be circulated at the beginning of each 19 meeting. 20 4. Attendance shall include: 21 a. Contractor's project manager 22 b. Contractor's superintendent 23 c. Any subcontractor or supplier representatives whom the Contractor may desire 24 to invite or the City may request 25 d. Engineer's representatives 26 e. City’s representatives 27 f. Others, as requested by the Project Representative 28 5. Preliminary Agenda may include: 29 a. Review of Work progress since previous meeting 30 b. Field observations, problems, conflicts 31 c. Items which impede construction schedule 32 d. Review of off-site fabrication, delivery schedules 33 e. Review of construction interfacing and sequencing requirements with other 34 construction contracts 35 f. Corrective measures and procedures to regain projected schedule 36 g. Revisions to construction schedule 37 h. Progress, schedule, during succeeding Work period 38 i. Coordination of schedules 39 j. Review submittal schedules 40 k. Maintenance of quality standards 41 l. Pending changes and substitutions 42 m. Review proposed changes for: 43 1) Effect on construction schedule and on completion date 44 2) Effect on other contracts of the Project 45 n. Review Record Documents 46 o. Review monthly pay request 47 p. Review status of Requests for Information 48 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 6. Meeting Schedule 1 a. Progress meetings will be held periodically as determined by the Project 2 Representative. 3 1) Additional meetings may be held at the request of the: 4 a) City 5 b) Engineer 6 c) Contractor 7 7. Meeting Location 8 a. The City will establish a meeting location. 9 1) To the extent practicable, meetings will be held at the Site. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 END OF SECTION 21 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 SECTION 01 32 16 1 CONSTRUCTION PROGRESS SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Construction Progress Schedule 7 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 8 Document 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 D. Purpose 15 The City of Fort Worth (City) is committed to delivering quality, cost-effective 16 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 17 properly structured schedule with accurate updates. This supports effective monitoring 18 of progress and is input to critical decision making by the project manager throughout 19 the lift of the project. Data from the updated project schedule is utilized in status 20 reporting to various levels of the City organization and the citizenry. 21 22 This Document complements the City’s Standard Agreement to guide the construction 23 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 24 City in project delivery. The expectation is the performance of the work follows the 25 accepted schedule and adhere to the contractual timeline. 26 27 The Contractor will designate a qualified representative (Project Scheduler) responsible 28 for developing and updating the schedule and preparing status reporting as required by 29 the City. 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor’s invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 Each project is represented by City’s master project schedule that encompasses the 1 entire scope of activities envisioned by the City to properly deliver the work. When the 2 City contracts with a Contractor to perform construction of the Work, the Contractor 3 will develop and maintain a schedule for their scope of work in alignment with the 4 City’s standard schedule requirements as defined herein. The data and information of 5 each such schedule will be leveraged and become integral in the master project 6 schedule as deemed appropriate by the City’s Project Control Specialist and approved 7 by the City’s Project Manager. 8 9 1. Master Project Schedule 10 The master project schedule is a holistic representation of the scheduled activities 11 and milestones for the total project and be Critical Path Method (CPM) based. The 12 City’s Project Manager is accountable for oversight of the development and 13 maintaining a master project schedule for each project. When the City contracts for 14 the design and/or construction of the project, the master project schedule will 15 incorporate elements of the Design and Construction schedules as deemed 16 appropriate by the City’s Project Control Specialist. The assigned City Project 17 Control Specialist creates and maintains the master project schedule in P6 (City’s 18 scheduling software). 19 20 2. Construction Schedule 21 The Contractor is responsible for developing and maintaining a schedule for the 22 scope of the Contractor’s contractual requirements. The Contractor will issue an 23 initial schedule for review and acceptance by the City’s Project Control Specialist 24 and the City’s Project Manager as a baseline schedule for Contractor’s scope of 25 work. Contractor will issue current, accurate updates of their schedule (Progress 26 Schedule) to the City at the end of each month throughout the life of their work. 27 B. Schedule Tiers 28 The City has a portfolio of projects that vary widely in size, complexity and content 29 requiring different scheduling to effectively deliver each project. The City uses a 30 “tiered” approach to align the proper schedule with the criteria for each project. The 31 City's Project Manager determines the appropriate schedule tier for each project, and 32 includes that designation and the associated requirements in the Contractor’s scope of 33 work. The following is a summary of the “tiers”. 34 35 1. Tier 1: Small Size and Short Duration Project (design not required) 36 The City develops and maintains a Master Project Schedule for the project. No 37 schedule submittal is required from Contractor. City’s Project Control Specialist 38 acquires any necessary schedule status data or information through discussions with 39 the respective party on an as-needed basis. 40 41 2. Tier 2: Small Size and Short to Medium Duration Project 42 The City develops and maintains a Master Project Schedule for the project. The 43 Contractor identifies “start” and “finish” milestone dates on key elements of their 44 work as agreed with the City’s Project Manager at the kickoff of their work effort. 45 The Contractor issues to the City, updates to the “start” and “finish” dates for such 46 milestones at the end of each month throughout the life of their work on the project. 47 48 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 49 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 The City develops and maintains a Master Project Schedule for the project. The 1 Contractor develops a Baseline Schedule and maintains the schedule of their 2 respective scope of work on the project at a level of detail (generally Level 3) and 3 in alignment with the WBS structure in Section 1.4.H as agreed by the Project 4 Manager. The Contractor issues to the City, updates of their respective schedule 5 (Progress Schedule) at the end of each month throughout the life of their work on 6 the project. 7 C. Schedule Types 8 Project delivery for the City utilizes two types of schedules as noted below. The City 9 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 10 monthly updates to the City Project Manager (end of each month) as a “progress” 11 schedule. The Contractor prepares and submits each schedule type to fulfill their 12 contractual requirements. 13 14 1. Baseline Schedule 15 The Contractor develops and submits to the City, an initial schedule for their scope 16 of work in alignment with this specification. Once reviewed and accepted by the 17 City, it becomes the “Baseline” schedule and is the basis against which all progress 18 is measured. The baseline schedule will be updated when there is a change or 19 addition to the scope of work impacting the duration of the work, and only after 20 receipt of a duly authorized change order issued by the City. In the event progress 21 is significantly behind schedule, the City’s Project Manager may authorize an 22 update to the baseline schedule to facilitate a more practical evaluation of progress. 23 An example of a Baseline Schedule is provided in Specification 01 32 16.1 24 Construction Project Schedule Baseline Example. 25 26 2. Progress Schedule 27 The Contractor updates their schedule at the end of each month to represent the 28 progress achieved in the work which includes any impact from authorized changes 29 in the work. The updated schedule must accurately reflect the current status of the 30 work at that point in time and is referred to as the “Progress Schedule”. The City’s 31 Project Manager and Project Control Specialist reviews and accepts each progress 32 schedule. In the event a progress schedule is deemed not acceptable, the 33 unacceptable issues are identified by the City within 5 working days and the 34 Contractor must provide an acceptable progress schedule within 5 working days 35 after receipt of non-acceptance notification. An example of a Progress Schedule is 36 provided in Specification 01 32 16.2 Construction Project Schedule Progress 37 Example. 38 D. City Standard Schedule Requirements 39 The following is an overview of the methodology for developing and maintaining a 40 schedule for delivery of a project. 41 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 1. Schedule Framework - The schedule will be based on the defined scope of work 1 and follow the (Critical Path Methodology) CPM method. The Contractor’s 2 schedule will align with the requirements of this specification and will be cost 3 loaded to reflect their plan for execution. Compliance with cost loading can be 4 provided with traditional cost loading of line items OR a projected cost per 5 month for the project when the initial schedule is submitted, updated on a 6 quarterly basis is significant change is anticipated. Overall schedule duration 7 will align with the contractual requirements for the respective scope of work and be 8 reflected in City’s Master Project Schedule. The Project Number and Name of the 9 Project is required on each schedule and must match the City’s project data. 10 11 E. Schedule File Name 12 All schedules submitted to the City for a project will have a file name that begins with 13 the City’s project number followed by the name of the project followed by baseline (if 14 a baseline schedule) or the year and month (if a progress schedule), as shown below. 15 16 • Baseline Schedule File Name 17 Format: City Project Number_Project Name_Baseline 18 Example: 101376_North Montgomery Street HMAC_Baseline 19 20 • Progress Schedule File Name 21 Format: City Project Number_Project Name_YYYY-MM 22 Example: 101376_North Montgomery Street HMAC_2018_01 23 24 • Project Schedule Progress Narrative File Name 25 Format: City Project Number_Project Name_PN_YYYY-MM 26 Example: 101376_North Montgomery Street HMAC_PN_2018_01 27 28 F. Schedule Templates 29 The Contractor will utilize the relevant sections from the City’s templates provided in 30 the City’s document management system as the basis for creating their respective 31 project schedule. Specifically, the Contractor’s schedule will align with the layout of 32 the Construction section. The templates are identified by type of project as noted 33 below. 34 • Arterials 35 • Aviation 36 • Neighborhood Streets 37 • Sidewalks (later) 38 • Quiet Zones (later) 39 • Street Lights (later) 40 • Intersection Improvements (later) 41 • Parks 42 • Storm water 43 • Street Maintenance 44 • Traffic 45 • Water 46 47 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 G. Schedule Calendar 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, Christmas). The Contractor will establish a schedule calendar as part of 5 the schedule development process and provide to the Project Control Specialist as part 6 of the basis for their schedule. Variations between the City’s calendar and the 7 Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City’s WBS structure and respective 20 project type template for “Construction” as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 “Construction Execution” that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City’s Standard Milestones as shown in 27 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 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 “project start” and “project finish” milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to 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 48 49 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 review and acceptance as described in Section 1.5 below. Updated baseline schedules 1 adhere to the following: 2 3 1. Time extensions associated with approved contract modifications are limited to the 4 actual amount of time the project activities are anticipated to be delayed, unless 5 otherwise approved by the Program Manager. 6 7 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 8 the date of receipt of the approved Change Order. 9 10 3. The changes in logic or durations approved by the City are used to analyze the 11 impact of the change and is included in the Change Order. The coding for a new 12 activity(s) added to the schedule for the Change Order includes the Change Order 13 number in the Activity ID. Use as many activities as needed to accurately show the 14 work of the Change Order. Revisions to the baseline schedule are not effective 15 until accepted by the City. 16 K. City’s Work Breakdown Structure 17 18 WBS Code WBS Name 19 XXXXXX Project Name 20 XXXXXX.30 Design 21 XXXXXX.30.10 Design Contractor Agreement 22 XXXXXX.30.20 Conceptual Design (30%) 23 XXXXXX.30.30 Preliminary Design (60%) 24 XXXXXX.30.40 Final Design 25 XXXXXX.30.50 Environmental 26 XXXXXX.30.60 Permits 27 XXXXXX.30.60.10 Permits - Identification 28 XXXXXX.30.60.20 Permits - Review/Approve 29 XXXXXX.40 ROW & Easements 30 XXXXXX.40.10 ROW Negotiations 31 XXXXXX.40.20 Condemnation 32 XXXXXX.70 Utility Relocation 33 XXXXXX.70.10 Utility Relocation Co-ordination 34 XXXXXX.80 Construction 35 XXXXXX.80.81 Bid and Award 36 XXXXXX.80.83 Construction Execution 37 XXXXXX.80.85 Inspection 38 XXXXXX.80.86 Landscaping 39 XXXXXX.90 Closeout 40 XXXXXX.90.10 Construction Contract Close-out 41 XXXXXX.90.40 Design Contract Closure 42 L. City’s Standard Milestones 43 The following milestone activities (i.e., important events on a project that mark critical 44 points in time) are of particular interest to the City and must be reflected in the project 45 schedule for all phases of work. 46 47 48 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 Activity ID Activity Name 1 Design 2 3020 Award Design Agreement 3 3040 Issue Notice to Proceed - Design Engineer 4 3100 Design Kick-off Meeting 5 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 6 Water & Sewer 7 3150 Peer Review Meeting/Design Review meeting (technical) 8 3160 Conduct Design Public Meeting #1 (required) 9 3170 Conceptual Design Complete 10 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 11 Parks, Storm Water, Water & Sewer 12 3250 Conduct Design Public Meeting #2 (required) 13 3260 Preliminary Design Complete 14 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 15 Water & Sewer 16 3330 Conduct Design Public Meeting #3 (if required) 17 3360 Final Design Complete 18 ROW & Easements 19 4000 Right of Way Start 20 4230 Right of Way Complete 21 Utility Relocation 22 7000 Utilities Start 23 7120 Utilities Cleared/Complete 24 Construction 25 Bid and Award 26 8110 Start Advertisement 27 8150 Conduct Bid Opening 28 8240 Award Construction Contract 29 Construction Execution 30 8330 Conduct Construction Public Meeting #4 Pre-Construction 31 8350 Construction Start 32 8370 Substantial Completion 33 8540 Construction Completion 34 9130 Notice of Completion/Green Sheet 35 9150 Construction Contract Closed 36 9420 Design Contract Closed 37 38 1.4 SUBMITTALS 39 A. Schedule Submittal & Review 40 The City’s Project Manager is responsible for reviews and acceptance of the 41 Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring 42 alignment of the Contractor’s baseline and progress schedules with the Master Project 43 Schedule as support to the City’s Project Manager. The City reviews and accepts or 44 rejects the schedule within ten workdays of Contractor’s submittal. 45 46 47 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 1. Schedule Format 1 The Contractor will submit each schedule in two electronic forms, one in native file 2 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 3 management system in the location dedicated for this purpose and identified by the 4 Project Manager. In the event the Contractor does not use Primavera P6 or MS 5 Project for scheduling purposes, the schedule information must be submitted in .xls 6 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 7 Construction Project Schedule Baseline Example), including activity predecessors, 8 successors and total float. 9 10 2. Initial & Baseline Schedule 11 The Contractor will develop their schedule for their scope of work and submit their 12 initial schedule in electronic form (in the file formats noted above), in the City’s 13 document management system in the location dedicated for this purpose at least 5 14 working days prior to Pre Construction Meeting. 15 16 The City’s Project Manager and Project Control Specialist review this initial 17 schedule to determine alignment with the City’s Master Project Schedule, including 18 format & WBS structure. Following the City’s review, feedback is provided to the 19 Contractor for their use in finalizing their initial schedule and issuing (within five 20 workdays) their Baseline Schedule for final review and acceptance by the City. 21 22 3. Progress Schedule 23 The Contractor will update and issue their project schedule (Progress Schedule) by 24 the last day of each month throughout the life of their work on the project. The 25 Progress Schedule is submitted in electronic form as noted above, in the City’s 26 document management system in the location dedicated for this purpose. 27 28 The City’s Project Control team reviews each Progress Schedule for data and 29 information that support the assessment of the update to the schedule. In the event 30 data or information is missing or incomplete, the Project Controls Specialist 31 communicates directly with the Contractor’s scheduler for providing same. The 32 Contractor re-submits the corrected Progress Schedule within 5 workdays, 33 following the submittal process noted above. The City’s Project Manager and 34 Project Control Specialist review the Contractor’s progress schedule for acceptance 35 and to monitor performance and progress. 36 37 The following list of items are required to ensure proper status information is 38 contained in the Progress Schedule. 39 • Baseline Start date 40 • Baseline Finish Date 41 • % Complete 42 • Float 43 • Activity Logic (dependencies) 44 • Critical Path 45 • Activities added or deleted 46 • Expected Baseline Finish date 47 • Variance to the Baseline Finish Date 48 49 50 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 B. Monthly Construction Status Report 1 The Contractor submits a written status report (referred to as a progress narrative) at the 2 monthly progress meeting (if monthly meetings are held) or at the end of each month to 3 accompany the Progress Schedule submittal, using the standard format provided in 4 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 5 content of the Construction Project Schedule Progress Narrative should be concise and 6 complete to include only changes, delays, and anticipated problems. 7 8 C. Submittal Process 9 • Schedules and Monthly Construction Status Reports are submitted in in the City’s 10 document management system in the location dedicated for this purpose. 11 • Once the project has been completed and Final Acceptance has been issued by the 12 City, no further progress schedules or construction status reports are required from 13 the Contractor. 14 15 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.6 CLOSEOUT SUBMITTALS [NOT USED] 17 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.8 QUALITY ASSURANCE 19 A. The person preparing and revising the construction Progress Schedule shall be 20 experienced in the preparation of schedules of similar complexity. 21 B. Schedule and supporting documents addressed in this Specification shall be prepared, 22 updated and revised to accurately reflect the performance of the construction. 23 C. Contractor is responsible for the quality of all submittals in this section meeting the 24 standard of care for the construction industry for similar projects. 25 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.10 FIELD [SITE] CONDITIONS [NOT USED] 27 1.11 WARRANTY [NOT USED] 28 1.12 ATTACHMENTS 29 Spec 01 32 16.1 Construction Project Schedule Baseline Example 30 Spec 01 32 16.2 Construction Project Schedule Progress Example 31 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 32 33 34 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised October 6, 2023 CITY PROJECT NO. 105062-4 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3G. “Schedule Calendar” 6 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 32 33 1 PRECONSTRUCTION VIDEO 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative and procedural requirements for: 6 a. Preconstruction Videos 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Preconstruction Video 19 1. Produce a preconstruction video of the site/alignment, including all areas in the 20 vicinity of and to be affected by construction. 21 a. Provide digital copy of video upon request by the City. 22 2. Retain a copy of the preconstruction video until the end of the maintenance surety 23 period. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 PART 3 - EXECUTION [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 SECTION 01 33 00 1 SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 g) Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 d. Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B. Submittal Numbering 4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner: 6 a. Use the first 6 digits of the applicable Specification Section Number. 7 b. For the next 2 digits number use numbers 01-99 to sequentially number each 8 initial separate item or drawing submitted under each specific Section number. 9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 C. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 D. Submittal Format 36 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37 2. Bind shop drawings and product data sheets together. 38 3. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 E. Submittal Content 45 1. The date of submission and the dates of any previous submissions 46 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 2. The Project title and number 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City’s Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City’s Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 7) Standard wiring diagrams 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in individual Sections, include, but are not necessarily limited to: 9 a. Physical examples of the Work such as: 10 1) Sections of manufactured or fabricated Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattern swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed, materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 a. Shop Drawings 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 c) If Contractor requires more than 3 copies of Shop Drawings returned, 6 Contractor shall submit more than the number of copies listed above. 7 b. Product Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details furnished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 Work with all other associated work and trades, for selecting fabrication processes, 35 for techniques of assembly and for performing Work in a safe manner. 36 4. If the shop drawings, data or samples as submitted describe variations and show a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance, the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 48 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a) The Contractor may release the equipment or material for manufacture; 3 however, all notations and comments must be incorporated into the 4 final product. 5 c. Code 3 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7 assigned when notations and comments are extensive enough to require a 8 resubmittal of the package. 9 a) The Contractor may release the equipment or material for manufacture; 10 however, all notations and comments must be incorporated into the 11 final product. 12 b) This resubmittal is to address all comments, omissions and 13 non-conforming items that were noted. 14 c) Resubmittal is to be received by the City within 15 Calendar Days of 15 the date of the City's transmittal requiring the resubmittal. 16 d. Code 4 17 1) "NOT APPROVED" is assigned when the submittal does not meet the 18 intent of the Contract Documents. 19 a) The Contractor must resubmit the entire package revised to bring the 20 submittal into conformance. 21 b) It may be necessary to resubmit using a different manufacturer/vendor 22 to meet the Contract Documents. 23 6. Resubmittals 24 a. Handled in the same manner as first submittals 25 1) Corrections other than requested by the City 26 2) Marked with revision triangle or other similar method 27 a) At Contractor’s risk if not marked 28 b. Submittals for each item will be reviewed no more than twice at the City’s 29 expense. 30 1) All subsequent reviews will be performed at times convenient to the City 31 and at the Contractor's expense, based on the City's or City 32 Representative’s then prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34 all such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City’s 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 Contractor, and will be considered "Not Approved" until resubmitted. 43 c. The City may at its option provide a list or mark the submittal directing the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to 46 constitute a change to the Contract Documents, then written notice must be 47 provided thereof to the City at least 7 Calendar Days prior to release for 48 manufacture. 49 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 9. When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4 following receipt of submittal by the City. 5 L. Mock ups 6 1. Mock Up units as specified in individual Sections, include, but are not necessarily 7 limited to, complete units of the standard of acceptance for that type of Work to be 8 used on the Project. Remove at the completion of the Work or when directed. 9 M. Qualifications 10 1. If specifically required in other Sections of these Specifications, submit a P.E. 11 Certification for each item required. 12 N. Request for Information (RFI) 13 1. Contractor Request for additional information 14 a. Clarification or interpretation of the contract documents 15 b. When the Contractor believes there is a conflict between Contract Documents 16 c. When the Contractor believes there is a conflict between the Drawings and 17 Specifications 18 1) Identify the conflict and request clarification 19 2. Use the Request for Information (RFI) form provided by the City. 20 3. Numbering of RFI 21 a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 22 increasing sequentially with each additional transmittal. 23 4. Sufficient information shall be attached to permit a written response without further 24 information. 25 5. The City will log each request and will review the request. 26 a. If review of the project information request indicates that a change to the 27 Contract Documents is required, the City will issue a Field Order or Change 28 Order, as appropriate. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] 37 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CITY PROJECT NO. 105062-4 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Use of Explosives, Drop Weight, Etc. 10 e. Water Department Notification 11 f. Public Notification Prior to Beginning Construction 12 g. Coordination with United States Army Corps of Engineers 13 h. Coordination within Railroad permits areas 14 i. Dust Control 15 j. Employee Parking 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 – General Requirements 21 3. Section 33 12 25 – Connection to Existing Water Mains 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Coordination within Railroad permit areas 25 a. Measurement 26 1) Measurement for this Item will be by lump sum. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the lump sum price bid for Railroad Coordination. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Inspection 33 3) Safety training 34 4) Additional Insurance 35 5) Insurance Certificates 36 6) Other requirements associated with general coordination with Railroad, 37 including additional employees required to protect the right-of-way and 38 property of the Railroad from damage arising out of and/or from the 39 construction of the Project. 40 2. Railroad Flagmen 41 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 a. Measurement 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage-type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) 45 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 a) Maintain an accurate log of all such calls to power company and record 1 action taken in each case. 2 b. Coordination with power company 3 1) After notification coordinate with the power company to: 4 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5 lower the lines 6 c. No personnel may work within 6 feet of a high voltage line before the above 7 requirements have been met. 8 C. Confined Space Entry Program 9 1. Provide and follow approved Confined Space Entry Program in accordance with 10 OSHA requirements. 11 2. Confined Spaces include: 12 a. Manholes 13 b. All other confined spaces in accordance with OSHA’s Permit Required for 14 Confined Spaces 15 D. Use of Explosives, Drop Weight, Etc. 16 1. When Contract Documents permit on the project the following will apply: 17 a. Public Notification 18 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19 prior to commencing. 20 2) Minimum 24 hour public notification in accordance with Section 01 31 13 21 E. Water Department Coordination 22 1. During the construction of this project, it will be necessary to deactivate, for a 23 period of time, existing lines. The Contractor shall be required to coordinate with 24 the Water Department to determine the best times for deactivating and activating 25 those lines. 26 2. Coordinate any event that will require connecting to or the operation of an existing 27 City water line system with the City’s representative. 28 a. Coordination shall be in accordance with Section 33 12 25. 29 b. If needed, obtain a hydrant water meter from the Water Department for use 30 during the life of named project. 31 c. In the event that a water valve on an existing live system be turned off and on 32 to accommodate the construction of the project is required, coordinate this 33 activity through the appropriate City representative. 34 1) Do not operate water line valves of existing water system. 35 a) Failure to comply will render the Contractor in violation of Texas Penal 36 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37 will be prosecuted to the full extent of the law. 38 b) In addition, the Contractor will assume all liabilities and 39 responsibilities as a result of these actions. 40 F. Public Notification Prior to Beginning Construction 41 1. Prior to beginning construction on any block in the project, on a block by block 42 basis, prepare and deliver a notice or flyer of the pending construction to the front 43 door of each residence or business that will be impacted by construction. The notice 44 shall be prepared as follows: 45 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 1 beginning any construction activity on each block in the project area. 2 1) Prepare flyer on the Contractor’s letterhead and include the following 3 information: 4 a) Name of Project 5 b) City Project No (CPN) 6 c) Scope of Project (i.e. type of construction activity) 7 d) Actual construction duration within the block 8 e) Name of the contractor’s foreman and phone number 9 f) Name of the City’s inspector and phone number 10 g) City’s after-hours phone number 11 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 12 A. 13 3) City of Fort Worth Door Hangers will be provided to the Contractor for 14 distribution with their notice. 15 4) Submit schedule showing the construction start and finish time for each 16 block of the project to the inspector. 17 5) Deliver flyer to the City Inspector for review prior to distribution. 18 b. No construction will be allowed to begin on any block until the flyer and door 19 hangers are delivered to all residents of the block. 20 G. Public Notification of Temporary Water Service Interruption during Construction 21 1. In the event it becomes necessary to temporarily shut down water service to 22 residents or businesses during construction, prepare and deliver a notice or flyer of 23 the pending interruption to the front door of each affected resident. 24 2. Prepared notice as follows: 25 a. The notification or flyer shall be posted 24 hours prior to the temporary 26 interruption. 27 b. Prepare flyer on the contractor’s letterhead and include the following 28 information: 29 1) Name of the project 30 2) City Project Number 31 3) Date of the interruption of service 32 4) Period the interruption will take place 33 5) Name of the contractor’s foreman and phone number 34 6) Name of the City’s inspector and phone number 35 c. A sample of the temporary water service interruption notification is attached as 36 Exhibit B. 37 d. Deliver a copy of the temporary interruption notification to the City inspector 38 for review prior to being distributed. 39 e. No interruption of water service can occur until the flyer has been delivered to 40 all affected residents and businesses. 41 f. Electronic versions of the sample flyers can be obtained from the Project 42 Construction Inspector. 43 H. Coordination with United States Army Corps of Engineers (USACE) 44 1. At locations in the Project where construction activities occur in areas where 45 USACE permits are required, meet all requirements set forth in each designated 46 permit. 47 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 I. Coordination within Railroad Permit Areas 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad’s 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 36 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 2 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 11, 2022 CITY PROJECT NO. 105062-4 EXHIBIT B 1 2 3 4 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 9, 2020 CITY PROJECT NO. 105062-4 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. Contractor is responsible for performing, coordinating, and payment of all 16 Quality Control testing. 17 b. City is responsible for performing and payment for first set of Quality 18 Assurance testing. 19 1) If the first Quality Assurance test performed by the City fails, the 20 Contractor is responsible for payment of subsequent Quality Assurance 21 testing until a passing test occurs. 22 a) Final acceptance will not be issued by City until all required payments 23 for testing by Contractor have been paid in full. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to the City’s document management system, or another external 37 FTP site approved by the City. 38 2) Upload test reports to designated project directory and notify appropriate 39 City representatives via email of submittal posting. 40 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 9, 2020 CITY PROJECT NO. 105062-4 3) Hard Copies 1 a) 1 copy for all submittals submitted to the Project Representative 2 b. Hard Copy Distribution (if required in lieu of electronic distribution) 3 1) Tests performed by City 4 a) Distribute 1 hard copy to the Contractor 5 2) Tests performed by the Contractor 6 a) Distribute 3 hard copies to City’s Project Representative 7 4. Provide City’s Project Representative with trip tickets for each delivered load of 8 Concrete or Lime material including the following information: 9 a. Name of pit 10 b. Date of delivery 11 c. Material delivered 12 B. Inspection 13 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 14 perform work in accordance with the Contract Documents. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 END OF SECTION 26 27 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. 28 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 40 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 d. Contractor Payment for Construction Water 1 1) Obtain construction water meter from City for payment as billed by City’s 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 1) Provide power for lighting, operation of equipment, or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting, and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents 44 E. Dust Control 45 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1. Contractor is responsible for maintaining dust control through the duration of the 1 project. 2 a. Contractor remains on-call at all times 3 b. Must respond in a timely manner 4 F. Temporary Protection of Construction 5 1. Contractor or subcontractors are responsible for protecting Work from damage due 6 to weather. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Temporary Facilities 22 1. Maintain all temporary facilities for duration of construction activities as needed. 23 3.5 [REPAIR] / [RESTORATION] 24 3.6 RE-INSTALLATION 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES 30 A. Temporary Facilities 31 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1. Remove all temporary facilities and restore area after completion of the Work, to a 1 condition equal to or better than prior to start of Work. 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CITY PROJECT NO. 105062-4 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Traffic Control 27 1. General 28 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29 traffic. 30 b. When traffic control plans are included in the Drawings, provide Traffic 31 Control in accordance with Drawings and Section 34 71 13. 32 c. When traffic control plans are not included in the Drawings, prepare traffic 33 control plans in accordance with Section 34 71 13 and submit to City for 34 review. 35 1) Allow minimum 10 working days for review of proposed Traffic Control. 36 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CITY PROJECT NO. 105062-4 2) A traffic control “Typical” published by City of Fort Worth, the Texas 1 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 2 of Transportation (TxDOT) can be used as an alternative to preparing a 3 project/site specific traffic control plan if the typical is applicable to the 4 specific project/site. 5 B. Street Use Permit 6 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7 a. To obtain Street Use Permit, submit Traffic Control Plans to City 8 Transportation and Public Works Department. 9 1) Allow a minimum of 5 working days for permit review. 10 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 11 Street Use Permit, such that construction is not delayed. 12 C. Modification to Approved Traffic Control 13 1. Prior to installation traffic control: 14 a. Submit revised traffic control plans to City Department Transportation and 15 Public Works Department. 16 1) Revise Traffic Control plans in accordance with Section 34 71 13. 17 2) Allow minimum 5 working days for review of revised Traffic Control. 18 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19 plans for Street Use Permit, such that construction is not delayed. 20 D. Removal of Street Sign 21 1. If it is determined that a street sign must be removed for construction, then contact 22 City Transportation and Public Works Department, Signs and Markings Division to 23 remove the sign. 24 E. Temporary Signage 25 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27 Devices (MUTCD). 28 2. Install temporary sign before the removal of permanent sign. 29 3. When construction is complete, to the extent that the permanent sign can be 30 reinstalled, contact the City Transportation and Public Works Department, Signs 31 and Markings Division, to reinstall the permanent sign. 32 F. Traffic Control Standards 33 1. Traffic Control Standards can be found on the City’s website. 34 1.5 SUBMITTALS 35 A. Submit all required documentation to City’s Project Representative. 36 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CITY PROJECT NO. 105062-4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/21021 M. Owen 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.1.c Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 12 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 B. Modified SWPPP 48 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 1 in accordance with Section 01 33 00. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 58 13 1 TEMPORARY PROJECT SIGNAGE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Temporary Project Signage Requirements 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28 A. Design Criteria 29 1. Provide free standing Project Designation Sign in accordance with City’s Standard 30 Details for project signs. 31 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 B. Materials 1 1. Sign 2 a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. Provide vertical installation at extents of project. 12 2. Relocate sign as needed, upon request of the City. 13 B. Mounting options 14 a. Skids 15 b. Posts 16 c. Barricade 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE 26 A. General 27 1. Maintenance will include painting and repairs as needed or directed by the City. 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised March 9, 2020 CITY PROJECT NO. 105062-4 SECTION 01 60 00 1 PRODUCT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. References for Product Requirements and City Standard Products List 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. A list of City approved products for use is available through the City’s website at: 15 https://app-us3.e-builder.net/public/PublicFolderView.aspx?FolderID={6da45875-16 1ae1-4e76-a2fc-45aca0d6e95f}and following the directory path: 17 1. 02-Construction Documents/Standard Products List 18 B. Only products specifically included on City’s Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City’s Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City’s Standard Product List. 26 D. Although a specific product is included on City’s Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer’s standard product. 29 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised March 9, 2020 CITY PROJECT NO. 105062-4 1.9 QUALITY ASSURANCE [NOT USED] 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 7 8 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 website. 9 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 34 containers designed and constructed to protect the contents from physical or 35 environmental damage. 36 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 5. Clearly and fully mark and identify as to manufacturer, item and installation 1 location. 2 6. Provide manufacturer's instructions for storage and handling. 3 B. Handling Requirements 4 1. Handle products or equipment in accordance with these Contract Documents and 5 manufacturer’s recommendations and instructions. 6 C. Storage Requirements 7 1. Store materials in accordance with manufacturer’s recommendations and 8 requirements of these Specifications. 9 2. Make necessary provisions for safe storage of materials and equipment. 10 a. Place loose soil materials and materials to be incorporated into Work to prevent 11 damage to any part of Work or existing facilities and to maintain free access at 12 all times to all parts of Work and to utility service company installations in 13 vicinity of Work. 14 3. Keep materials and equipment neatly and compactly stored in locations that will 15 cause minimum inconvenience to other contractors, public travel, adjoining owners, 16 tenants and occupants. 17 a. Arrange storage to provide easy access for inspection. 18 4. Restrict storage to areas available on construction site for storage of material and 19 equipment as shown on Drawings, or approved by City’s Project Representative. 20 5. Provide off-site storage and protection when on-site storage is not adequate. 21 a. Provide addresses of and access to off-site storage locations for inspection by 22 City’s Project Representative. 23 6. Do not use lawns, grass plots or other private property for storage purposes without 24 written permission of owner or other person in possession or control of premises. 25 7. Store in manufacturers’ unopened containers. 26 8. Neatly, safely and compactly stack materials delivered and stored along line of 27 Work to avoid inconvenience and damage to property owners and general public 28 and maintain at least 3 feet from fire hydrant. 29 9. Keep public and private driveways and street crossings open. 30 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 31 satisfaction of City’s Project Representative. 32 a. Total length which materials may be distributed along route of construction at 33 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 34 Project Representative. 35 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 Revision Log DATE NAME SUMMARY OF CHANGE 1 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised November 22, 2016 CITY PROJECT NO. 105062-4 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Mobilization and Demobilization 6 a. Mobilization 7 1) Transportation of Contractor’s personnel, equipment, and operating supplies 8 to the Site 9 2) Establishment of necessary general facilities for the Contractor’s operation 10 at the Site 11 3) Premiums paid for performance and payment bonds 12 4) Transportation of Contractor’s personnel, equipment, and operating supplies 13 to another location within the designated Site 14 5) Relocation of necessary general facilities for the Contractor’s operation 15 from 1 location to another location on the Site. 16 b. Demobilization 17 1) Transportation of Contractor’s personnel, equipment, and operating supplies 18 away from the Site including disassembly 19 2) Site Clean-up 20 3) Removal of all buildings and/or other facilities assembled at the Site for this 21 Contract 22 c. Mobilization and Demobilization do not include activities for specific items of 23 work that are for which payment is provided elsewhere in the contract. 24 2. Remobilization 25 a. Remobilization for Suspension of Work specifically required in the Contract 26 Documents or as required by City includes: 27 1) Demobilization 28 a) Transportation of Contractor’s personnel, equipment, and operating 29 supplies from the Site including disassembly or temporarily securing 30 equipment, supplies, and other facilities as designated by the Contract 31 Documents necessary to suspend the Work. 32 b) Site Clean-up as designated in the Contract Documents 33 2) Remobilization 34 a) Transportation of Contractor’s personnel, equipment, and operating 35 supplies to the Site necessary to resume the Work. 36 b) Establishment of necessary general facilities for the Contractor’s 37 operation at the Site necessary to resume the Work. 38 3) No Payments will be made for: 39 a) Mobilization and Demobilization from one location to another on the 40 Site in the normal progress of performing the Work. 41 b) Stand-by or idle time 42 c) Lost profits 43 3. Mobilizations and Demobilization for Miscellaneous Projects 44 a. Mobilization and Demobilization 45 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised November 22, 2016 CITY PROJECT NO. 105062-4 1) Mobilization shall consist of the activities and cost on a Work Order basis 1 necessary for: 2 a) Transportation of Contractor’s personnel, equipment, and operating 3 supplies to the Site for the issued Work Order. 4 b) Establishment of necessary general facilities for the Contractor’s 5 operation at the Site for the issued Work Order 6 2) Demobilization shall consist of the activities and cost necessary for: 7 a) Transportation of Contractor’s personnel, equipment, and operating 8 supplies from the Site including disassembly for each issued Work 9 Order 10 b) Site Clean-up for each issued Work Order 11 c) Removal of all buildings or other facilities assembled at the Site for 12 each Work Oder 13 b. Mobilization and Demobilization do not include activities for specific items of 14 work for which payment is provided elsewhere in the contract. 15 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16 a. A Mobilization for Miscellaneous Projects when directed by the City and the 17 mobilization occurs within 24 hours of the issuance of the Work Order. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 – General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Mobilization and Demobilization 26 a. Measure 27 1) This Item is considered subsidiary to the various Items bid. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 are subsidiary to the various Items bid and no other compensation will be 31 allowed. 32 2. Remobilization for suspension of Work as specifically required in the Contract 33 Documents 34 a. Measurement 35 1) Measurement for this Item shall be per each remobilization performed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under “Measurement” will be paid for at the unit 39 price per each “Specified Remobilization” in accordance with Contract 40 Documents. 41 c. The price shall include: 42 1) Demobilization (as described in Section 1.1.A.2.a.1) 43 2) Remobilization (as described in Section 1.1.A.2.a.2) 44 d. No payments will be made for standby, idle time, or lost profits associated this 45 Item. 46 3. Remobilization for suspension of Work as required by City 47 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised November 22, 2016 CITY PROJECT NO. 105062-4 a. Measurement and Payment 1 1) This shall be submitted as a Contract Claim in accordance with Article 10 2 of Section 00 72 00. 3 2) No payments will be made for standby, idle time, or lost profits associated 4 with this Item. 5 4. Mobilizations and Demobilizations for Miscellaneous Projects 6 a. Measurement 7 1) Measurement for this Item shall be for each Mobilization and 8 Demobilization required by the Contract Documents 9 b. Payment 10 1) The Work performed and materials furnished in accordance with this Item 11 and measured as provided under “Measurement” will be paid for at the unit 12 price per each “Work Order Mobilization” in accordance with Contract 13 Documents. Demobilization shall be considered subsidiary to mobilization 14 and shall not be paid for separately. 15 c. The price shall include: 16 1) Mobilization as described in Section 1.1.A.3.a.1) 17 2) Demobilization as described in Section 1.1.A.3.a.2) 18 d. No payments will be made for standby, idle time, or lost profits associated this 19 Item. 20 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 21 a. Measurement 22 1) Measurement for this Item shall be for each Mobilization and 23 Demobilization required by the Contract Documents 24 b. Payment 25 1) The Work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” will be paid for at the unit 27 price per each “Work Order Emergency Mobilization” in accordance with 28 Contract Documents. Demobilization shall be considered subsidiary to 29 mobilization and shall not be paid for separately. 30 c. The price shall include 31 1) Mobilization as described in Section 1.1.A.4.a) 32 2) Demobilization as described in Section 1.1.A.3.a.2) 33 d. No payments will be made for standby, idle time, or lost profits associated this 34 Item. 35 1.3 REFERENCES [NOT USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE [NOT USED] 42 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 43 1.11 FIELD [SITE] CONDITIONS [NOT USED] 44 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised November 22, 2016 CITY PROJECT NO. 105062-4 1.12 WARRANTY [NOT USED] 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE 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. 6 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for construction staking and construction survey 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Construction Staking 14 a. Measurement 15 1) Measurement for this Item shall be by lump sum. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item shall be paid for at the lump sum price bid for “Construction Staking”. 19 2) Payment for “Construction Staking” shall be made in partial payments 20 prorated by work completed compared to total work included in the lump 21 sum item. 22 c. The price bid shall include, but not be limited to the following: 23 1) Verification of control data provided by City. 24 2) Placement, maintenance and replacement of required stakes and markings 25 in the field. 26 3) Preparation and submittal of construction staking documentation in the 27 form of “cut sheets” using the City’s standard template. 28 2. Construction Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 3. As-Built Survey 36 a. Measurement 37 1) Measurement for this Item shall be by lump sum. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the lump sum price bid for “As-Built Survey”. 41 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 2) Payment for “Construction Staking” shall be made in partial payments 1 prorated by work completed compared to total work included in the lump sum 2 item. 3 c. The price bid shall include, but not be limited to the following:: 4 1) Field measurements and survey shots to identify location of completed 5 facilities. 6 2) Documentation and submittal of as-built survey data onto contractor redline 7 plans and digital survey files. 8 9 1.3 REFERENCES 10 A. Definitions 11 1. Construction Survey - The survey measurements made prior to or while 12 construction is in progress to control elevation, horizontal position, dimensions and 13 configuration of structures/improvements included in the Project Drawings. 14 2. As-built Survey –The measurements made after the construction of the 15 improvement features are complete to provide position coordinates for the features 16 of a project. 17 3. Construction Staking – The placement of stakes and markings to provide offsets 18 and elevations to cut and fill in order to locate on the ground the designed 19 structures/improvements included in the Project Drawings. Construction staking 20 shall include staking easements and/or right of way if indicated on the plans. 21 4. Survey “Field Checks” – Measurements made after construction staking is 22 completed and before construction work begins to ensure that structures marked on 23 the ground are accurately located per Project Drawings. 24 B. Technical References 25 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 26 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 27 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 28 on City’s Buzzsaw website). 29 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 30 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 31 Surveying in the State of Texas, Category 5 32 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. The Contractor’s selection of a surveyor must comply with Texas Government 35 Code 2254 (qualifications based selection) for this project. 36 1.5 SUBMITTALS 37 A. Submittals, if required, shall be in accordance with Section 01 33 00. 38 B. All submittals shall be received and reviewed by the City prior to delivery of work. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Field Quality Control Submittals 41 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 1. Documentation verifying accuracy of field engineering work, including coordinate 1 conversions if plans do not indicate grid or ground coordinates. 2 2. Submit “Cut-Sheets” conforming to the standard template provided by the City 3 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 4 1.7 CLOSEOUT SUBMITTALS 5 B. As-built Redline Drawing Submittal 6 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 7 constructed improvements signed and sealed by Registered Professional Land 8 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 9 – Survey Staking Standards) . 10 2. Contractor shall submit the proposed as-built and completed redline drawing 11 submittal one (1) week prior to scheduling the project final inspection for City 12 review and comment. Revisions, if necessary, shall be made to the as-built redline 13 drawings and resubmitted to the City prior to scheduling the construction final 14 inspection. 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Contractor. 19 2. Coordination 20 a. Contact City’s Project Representative at least one week in advance notifying 21 the City of when Construction Staking is scheduled. 22 b. It is the Contractor’s responsibility to coordinate staking such that 23 construction activities are not delayed or negatively impacted. 24 3. General 25 a. Contractor is responsible for preserving and maintaining stakes. If City 26 surveyors are required to re-stake for any reason, the Contractor will be 27 responsible for costs to perform staking. If in the opinion of the City, a 28 sufficient number of stakes or markings have been lost, destroyed disturbed or 29 omitted that the contracted Work cannot take place then the Contractor will be 30 required to stake or re-stake the deficient areas. 31 B. Construction Survey 32 1. Construction Survey will be performed by the Contractor. 33 2. Coordination 34 a. Contractor to verify that horizontal and vertical control data established in the 35 design survey and required for construction survey is available and in place. 36 3. General 37 a. Construction survey will be performed in order to construct the work shown 38 on the Construction Drawings and specified in the Contract Documents. 39 b. For construction methods other than open cut, the Contractor shall perform 40 construction survey and verify control data including, but not limited to, the 41 following: 42 1) Verification that established benchmarks and control are accurate. 43 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 2) Use of Benchmarks to furnish and maintain all reference lines and grades 1 for tunneling. 2 3) Use of line and grades to establish the location of the pipe. 3 4) Submit to the City copies of field notesused to establish all lines and 4 grades, if requested, and allow the City to check guidance system setup prior 5 to beginning each tunneling drive. 6 5) Provide access for the City, if requested, to verify the guidance system and 7 the line and grade of the carrier pipe. 8 6) The Contractor remains fully responsible for the accuracy of the work and 9 correction of it, as required. 10 7) Monitor line and grade continuously during construction. 11 8) Record deviation with respect to design line and grade once at each pipe 12 joint and submit daily records to the City. 13 9) If the installation does not meet the specified tolerances (as outlined in 14 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 15 the installation in accordance with the Contract Documents. 16 C. As-Built Survey 17 1. Required As-Built Survey will be performed by the Contractor. 18 2. Coordination 19 a. Contractor is to coordinate with City to confirm which features require as-20 built surveying. 21 b. It is the Contractor’s responsibility to coordinate the as-built survey and 22 required measurements for items that are to be buried such that construction 23 activities are not delayed or negatively impacted. 24 c. For sewer mains and water mains 12” and under in diameter, it is acceptable 25 to physically measure depth and mark the location during the progress of 26 construction and take as-built survey after the facility has been buried. The 27 Contractor is responsible for the quality control needed to ensure accuracy. 28 3. General 29 a. The Contractor shall provide as-built survey including the elevation and 30 location (and provide written documentation to the City) of construction 31 features during the progress of the construction including the following: 32 1) Water Lines 33 a) Top of pipe elevations and coordinates for waterlines at the following 34 locations: 35 (1) Minimum every 250 linear feet, including 36 (2) Horizontal and vertical points of inflection, curvature, 37 etc. 38 (3) Fire line tee 39 (4) Plugs, stub-outs, dead-end lines 40 (5) Casing pipe (each end) and all buried fittings 41 2) Sanitary Sewer 42 a) Top of pipe elevations and coordinates for force mains and siphon 43 sanitary sewer lines (non-gravity facilities) at the following locations: 44 (1) Minimum every 250 linear feet and any buried fittings 45 (2) Horizontal and vertical points of inflection, curvature, 46 etc. 47 3) Stormwater – Not Applicable 48 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 b. The Contractor shall provide as-built survey including the elevation and 1 location (and provide written documentation to the City) of construction 2 features after the construction is completed including the following: 3 1) Manholes 4 a) Rim and flowline elevations and coordinates for each manhole 5 2) Water Lines 6 a) Cathodic protection test stations 7 b) Sampling stations 8 c) Meter boxes/vaults (All sizes) 9 d) Fire hydrants 10 e) Valves (gate, butterfly, etc.) 11 f) Air Release valves (Manhole rim and vent pipe) 12 g) Blow off valves (Manhole rim and valve lid) 13 h) Pressure plane valves 14 i) Underground Vaults 15 (1) Rim and flowline elevations and coordinates for each 16 Underground Vault. 17 3) Sanitary Sewer 18 a) Cleanouts 19 (1) Rim and flowline elevations and coordinates for each 20 b) Manholes and Junction Structures 21 (1) Rim and flowline elevations and coordinates for each 22 manhole and junction structure. 23 4) Stormwater – Not Applicable 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY 27 PART 2 - PRODUCTS 28 A. A construction survey will produce, but will not be limited to: 29 1. Recovery of relevant control points, points of curvature and points of intersection. 30 2. Establish temporary horizontal and vertical control elevations (benchmarks) 31 sufficiently permanent and located in a manner to be used throughout construction. 32 3. The location of planned facilities, easements and improvements. 33 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 34 areas, utilities, streets, highways, tunnels, and other construction. 35 b. A record of revisions or corrections noted in an orderly manner for reference. 36 c. A drawing, when required by the client, indicating the horizontal and vertical 37 location of facilities, easements and improvements, as built. 38 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 39 construction staking projects. These cut sheets shall be on the standard city template 40 which can be obtained from the Survey Superintendent (817-392-7925). 41 5. Digital survey files in the following formats shall be acceptable: 42 a. AutoCAD (.dwg) 43 b. ESRI Shapefile (.shp) 44 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 1 standard templates, if available) 2 6. Survey files shall include vertical and horizontal data tied to original project 3 control and benchmarks, and shall include feature descriptions 4 PART 3 - EXECUTION 5 3.1 INSTALLERS 6 A. Tolerances: 7 1. The staked location of any improvement or facility should be as accurate as 8 practical and necessary. The degree of precision required is dependent on many 9 factors all of which must remain judgmental. The tolerances listed hereafter are 10 based on generalities and, under certain circumstances, shall yield to specific 11 requirements. The surveyor shall assess any situation by review of the overall plans 12 and through consultation with responsible parties as to the need for specific 13 tolerances. 14 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 15 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 16 1.0 ft. tolerance. 17 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 18 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 19 walkways shall be located within the confines of the site boundaries and, 20 occasionally, along a boundary or any other restrictive line. Away from any 21 restrictive line, these facilities should be staked with an accuracy producing no 22 more than 0.05ft. tolerance from their specified locations. 23 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 24 electric lines, shall be located horizontally within their prescribed areas or 25 easements. Within assigned areas, these utilities should be staked with an 26 accuracy producing no more than 0.1 ft tolerance from a specified location. 27 e. The accuracy required for the vertical location of utilities varies widely. Many 28 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 29 should be maintained. Underground and overhead utilities on planned profile, 30 but not depending on gravity flow for performance, should not exceed 0.1 ft. 31 tolerance. 32 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 33 specifications or in compliance to standards. The City reserves the right to request a 34 calibration report at any time and recommends regular maintenance schedule be 35 performed by a certified technician every 6 months. 36 1. Field measurements of angles and distances shall be done in such fashion as to 37 satisfy the closures and tolerances expressed in Part 3.1.A. 38 2. Vertical locations shall be established from a pre-established benchmark and 39 checked by closing to a different bench mark on the same datum. 40 3. Construction survey field work shall correspond to the client’s plans. Irregularities 41 or conflicts found shall be reported promptly to the City. 42 4. Revisions, corrections and other pertinent data shall be logged for future reference. 43 44 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 3.2 EXAMINATION [NOT USED] 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR / RESTORATION 4 A. If the Contractor’s work damages or destroys one or more of the control 5 monuments/points set by the City, the monuments shall be adequately referenced for 6 expedient restoration. 7 1. Notify City if any control data needs to be restored or replaced due to damage 8 caused during construction operations. 9 a. Contractor shall perform replacements and/or restorations. 10 b. The City may require at any time a survey “Field Check” of any monument 11 or benchmarks that are set be verified by the City surveyors before further 12 associated work can move forward. 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 16 City in accordance with this Specification. This includes easements and right of way, if 17 noted on the plans. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP 20 A. Survey Checks 21 1. The City reserves the right to perform a Survey Check at any time deemed 22 necessary. 23 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 24 relieve the contractor of his/her responsibility for accuracy. 25 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 34 Revision Log 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS WILL ROGERS Revised February 14, 2018 CITY PROJECT NO. 105062-4 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey “during” and “after” construction; and revised acceptable digital survey file format 1 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2” or greater diameter) 18” long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on ‘Benchmarks’. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25’ or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked ‘control point’ or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. – If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0 C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City’s preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 V. Water Staking Standards K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 26 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 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 26 VI. Sanitary Sewer Staking K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 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 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 26 Example Sanitary Sewer Stakes K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking – Straight Line Tangents I. 1 offset stake every 200’ on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10’ Inlet = 16.00’ total length III. Recessed 10’ Inlet = 20.00’ total length IV. Standard double 10’ inlet = 26.67’ total length V. Recessed double 10’ inlet = 30.67’ total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 Example Storm Inlet Stakes K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 VIII. Curb and Gutter Staking A. Centerline Staking – Straight Line Tangents V. 1 offset stake every 50’ on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval IV. Staking of radius points of greater than 100’ may be omitted K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 Example Curb & Gutter Stakes Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: City Project Number: Project Name: Staking Method:  GPS  TOTAL STATION  OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City’s GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 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. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 26 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 26 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 26 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 26 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Will Rogers\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. 33 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 6. Handle materials in a controlled manner with as few handlings as possible. 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Interior Final Cleaning 21 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 22 foreign materials from sight-exposed surfaces. 23 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 24 3. Wash and shine glazing and mirrors. 25 4. Polish glossy surfaces to a clear shine. 26 5. Ventilating systems 27 a. Clean permanent filters and replace disposable filters if units were operated 28 during construction. 29 b. Clean ducts, blowers and coils if units were operated without filters during 30 construction. 31 6. Replace all burned out lamps. 32 7. Broom clean process area floors. 33 8. Mop office and control room floors. 34 D. Exterior (Site or Right of Way) Final Cleaning 35 1. Remove trash and debris containers from site. 36 a. Re-seed areas disturbed by location of trash and debris containers in accordance 37 with Section 32 92 13. 38 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 39 that may hinder or disrupt the flow of traffic along the roadway. 40 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 41 junction boxes and inlets. 42 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 4. If no longer required for maintenance of erosion facilities, and upon approval by 1 City, remove erosion control from site. 2 5. Clean signs, lights, signals, etc. 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CPN. 105062-4 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CPN. 105062-4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. The Right-of-way shall be cleared of all construction materials, barricades, and 24 temporary signage. 25 4. Upon completion of Work associated with the items listed in the City's written 26 notice, inform the City, that the required Work has been completed. Upon receipt 27 of this notice, the City, in the presence of the Contractor, will make a subsequent 28 Final Inspection of the project. 29 5. Provide all special accessories required to place each item of equipment in full 30 operation. These special accessory items include, but are not limited to: 31 a. Specified spare parts 32 b. Adequate oil and grease as required for the first lubrication of the equipment 33 c. Initial fill up of all chemical tanks and fuel tanks 34 d. Light bulbs 35 e. Fuses 36 f. Vault keys 37 g. Handwheels 38 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised March 22, 2021 CPN. 105062-4 h. Other expendable items as required for initial start-up and operation of all 1 equipment 2 D. Notice of Project Completion 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection 4 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 5 E. Supporting Documentation 6 1. Coordinate with the City Project Representative to complete the following 7 additional forms: 8 a. Final Payment Request 9 b. Statement of Contract Time 10 c. Affidavit of Payment and Release of Liens 11 d. Consent of Surety to Final Payment 12 e. Pipe Report (if required) 13 f. Contractor’s Evaluation of City 14 g. Performance Evaluation of Contractor 15 F. Letter of Final Acceptance 16 1. Upon review and acceptance of Notice of Project Completion and Supporting 17 Documentation, in accordance with General Conditions, City will issue Letter of 18 Final Acceptance and release the Final Payment Request for payment. 19 3.5 REPAIR / RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M. Owen 3.4.C Added language to clarify and emphasize requirement to “Clearing ROW” 31 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CPN 105062-4 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Schedule 23 1. Submit manuals in final form to the City within 30 calendar days of product 24 shipment to the project site. 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 27 approved by the City prior to delivery. 28 1.6 INFORMATIONAL SUBMITTALS 29 A. Submittal Form 30 1. Prepare data in form of an instructional manual for use by City personnel. 31 2. Format 32 a. Size: 8 ½ inches x 11 inches 33 b. Paper 34 1) 40 pound minimum, white, for typed pages 35 2) Holes reinforced with plastic, cloth or metal 36 c. Text: Manufacturer’s printed data, or neatly typewritten 37 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CPN 105062-4 d. Drawings 1 1) Provide reinforced punched binder tab, bind in with text 2 2) Reduce larger drawings and fold to size of text pages. 3 e. Provide fly-leaf for each separate product, or each piece of operating 4 equipment. 5 1) Provide typed description of product, and major component parts of 6 equipment. 7 2) Provide indexed tabs. 8 f. Cover 9 1) Identify each volume with typed or printed title "OPERATING AND 10 MAINTENANCE INSTRUCTIONS". 11 2) List: 12 a) Title of Project 13 b) Identity of separate structure as applicable 14 c) Identity of general subject matter covered in the manual 15 3. Binders 16 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17 b. When multiple binders are used, correlate the data into related consistent 18 groupings. 19 4. If available, provide an electronic form of the O&M Manual. 20 B. Manual Content 21 1. Neatly typewritten table of contents for each volume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone number 23 b. A list of each product required to be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor or installer 26 2) A list of each product required to be included, indexed to content of the 27 volume 28 3) Identify area of responsibility of each 29 4) Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Include only those sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 1) Clearly identify specific product or part installed 36 2) Clearly identify data applicable to installation 37 3) Delete references to inapplicable information 38 3. Drawings 39 a. Supplement product data with drawings as necessary to clearly illustrate: 40 1) Relations of component parts of equipment and systems 41 2) Control and flow diagrams 42 b. Coordinate drawings with information in Project Record Documents to assure 43 correct illustration of completed installation. 44 c. Do not use Project Record Drawings as maintenance drawings. 45 4. Written text, as required to supplement product data for the particular installation: 46 a. Organize in consistent format under separate headings for different procedures. 47 b. Provide logical sequence of instructions of each procedure. 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CPN 105062-4 5. Copy of each warranty, bond and service contract issued 1 a. Provide information sheet for City personnel giving: 2 1) Proper procedures in event of failure 3 2) Instances which might affect validity of warranties or bonds 4 C. Manual for Materials and Finishes 5 1. Submit 5 copies of complete manual in final form. 6 2. Content, for architectural products, applied materials and finishes: 7 a. Manufacturer's data, giving full information on products 8 1) Catalog number, size, composition 9 2) Color and texture designations 10 3) Information required for reordering special manufactured products 11 b. Instructions for care and maintenance 12 1) Manufacturer's recommendation for types of cleaning agents and methods 13 2) Cautions against cleaning agents and methods which are detrimental to 14 product 15 3) Recommended schedule for cleaning and maintenance 16 3. Content, for moisture protection and weather exposure products: 17 a. Manufacturer's data, giving full information on products 18 1) Applicable standards 19 2) Chemical composition 20 3) Details of installation 21 b. Instructions for inspection, maintenance and repair 22 D. Manual for Equipment and Systems 23 1. Submit 5 copies of complete manual in final form. 24 2. Content, for each unit of equipment and system, as appropriate: 25 a. Description of unit and component parts 26 1) Function, normal operating characteristics and limiting conditions 27 2) Performance curves, engineering data and tests 28 3) Complete nomenclature and commercial number of replaceable parts 29 b. Operating procedures 30 1) Start-up, break-in, routine and normal operating instructions 31 2) Regulation, control, stopping, shut-down and emergency instructions 32 3) Summer and winter operating instructions 33 4) Special operating instructions 34 c. Maintenance procedures 35 1) Routine operations 36 2) Guide to "trouble shooting" 37 3) Disassembly, repair and reassembly 38 4) Alignment, adjusting and checking 39 d. Servicing and lubrication schedule 40 1) List of lubricants required 41 e. Manufacturer's printed operating and maintenance instructions 42 f. Description of sequence of operation by control manufacturer 43 1) Predicted life of parts subject to wear 44 2) Items recommended to be stocked as spare parts 45 g. As installed control diagrams by controls manufacturer 46 h. Each contractor's coordination drawings 47 1) As installed color coded piping diagrams 48 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CPN 105062-4 i. Charts of valve tag numbers, with location and function of each valve 1 j. List of original manufacturer's spare parts, manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections of Specifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves, engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories of panelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly, repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts, manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Provide operation and maintenance data by personnel with the following criteria: 33 1. Trained and experienced in maintenance and operation of described products 34 2. Skilled as technical writer to the extent required to communicate essential data 35 3. Skilled as draftsman competent to prepare required drawings 36 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised December 20, 2012 CPN 105062-4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 8 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24 City’s Project Representative. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Accuracy of Records 30 1. Thoroughly coordinate changes within the Record Documents, making adequate 31 and proper entries on each page of Specifications and each sheet of Drawings and 32 other Documents where such entry is required to show the change properly. 33 2. Accuracy of records shall be such that future search for items shown in the Contract 34 Documents may rely reasonably on information obtained from the approved Project 35 Record Documents. 36 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred. 2 4. Provide factual information regarding all aspects of the Work, both concealed and 3 visible, to enable future modification of the Work to proceed without lengthy and 4 expensive site measurement, investigation and examination. 5 1.10 STORAGE AND HANDLING 6 A. Storage and Handling Requirements 7 1. Maintain the job set of Record Documents completely protected from deterioration 8 and from loss and damage until completion of the Work and transfer of all recorded 9 data to the final Project Record Documents. 10 2. In the event of loss of recorded data, use means necessary to again secure the data 11 to the City's approval. 12 a. In such case, provide replacements to the standards originally required by the 13 Contract Documents. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A. Job set 20 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22 B. Final Record Documents 23 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24 the City 1 complete set of all Final Record Drawings in the Contract. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A. Maintenance of Job Set 33 1. Immediately upon receipt of the job set, identify each of the Documents with the 34 title, "RECORD DOCUMENTS - JOB SET". 35 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 2. Preservation 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 10 clearly mark any deviations from Contract Documents associated with 11 installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. 49 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 d. Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction. 2 2. Transfer of data to other Documents 3 a. If the Documents, other than Drawings, have been kept clean during progress of 4 the Work, and if entries thereon have been orderly to the approval of the City, 5 the job set of those Documents, other than Drawings, will be accepted as final 6 Record Documents. 7 b. If any such Document is not so approved by the City, secure a new copy of that 8 Document from the City at the City's usual charge for reproduction and 9 handling, and carefully transfer the change data to the new copy to the approval 10 of the City. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER IMPROVEMENTS CAMP BOWIE BOULEVARD FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. May 2024 PROJECT NO. 103-23-519 i � � En ineerin g g May 10, 2024 Report No. 103-23-519 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Shelby Warchesik, P.E. GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER IMPROVEMENTS CAMP BOWIE BOULEVARD FORT WORTH, TEXAS Dear Ms. Warchesik: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 23-9266 (Revised) dated September 12, 2023. The geotechnical services were authorized via Kimley-Horn and Associates, Inc. Individual Project Order (IPO) Number 061018457-03. Engineering analyses and recommendations are contained in the text section of the report. The results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CM1 ENGINEERING, INC. TBPELS REGiSrRariory No. F-9177 � � � Ammon D. Lutz, E.I.T., G.I.T. Geotechnical Project Manager Texas Nos. 77207, 468 '�������` %�P�� � F rF-1' `�l i y� � ��s' �1 %* ;' � : * l� � ...........................:.:t.� �MATTHEW W KAMMERDIENER% /....:.... . '. • / �r�,o�. 127818��.��; �l��,c`� ���ENSE� � ���� � `� FSS •........•�G� � �`� � ��a� ` '�.� Matthew W. Kammerdiener, P.E. �'��� Senior Engineer Texas No. 127818 copies submitted: (2) Mr. Shelby Warchesik, P.E.; Kimley-Horn and Associates, Inc. (mail and email) CMj Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 3 4.0 TRENCH / BORE EXCAVATIONS --------------------------------------------------------------------------------- 6 5.0 GENERAL EARTHWORK ------------------------------------------------------------------------------------------- 10 6.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 13 7.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 13 APPENDIX A Plate Plan of Borings ------------------------------------------------------------------------------------------------------ A.1A–A.1C Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3 Logs of Borings ------------------------------------------------------------------------------------------------------ A.4–A.14 Particle Size Distribution Reports ------------------------------------------------------------------------------- A.15–A.22 Analytical Test Results -------------------------------------------------------------------------------------------------- A.23 Report No. 103-23-519 CMJ ENGINEERING, INC. 1 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of water and sewer line improvements along Camp Bowie Boulevard in Fort Worth, Texas. The project limits are approximately from Hulen Street to Clifton Street and east of the Fort Worth traffic circle in the vicinity of Marks Place and Irene Street. The project vicinity and approximate locations of exploration borings are illustrated on Plates A.1a, A.1b, and A.1c, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop comments on general excavation and directional boring, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the pipelines could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-23-519 CMJ ENGINEERING, INC. 2 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by eleven (11) vertical soil borings. Boring B- 1 was unable to be drilled due to brick pavers that were unable to be removed; the original boring nomenclature was kept for sake of continuity. Borings B-2 through B-12 were drilled to depths of 20 feet along the proposed alignment. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1a, A.1b, and A.1c. The boring logs are included on Plates A.4 through A.14 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit the loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone Report No. 103-23-519 CMJ ENGINEERING, INC. 3 is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring log. Groundwater observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and patched with concrete or asphalt as appropriate. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The particle size analyses results are presented on Plates A.15 through A.22. Analytical tests to aid in evaluation of corrosive potential of the on-site soils were performed on selected samples recovered from the borings. The results of the analytical testing are tabulated on Plate A.23. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the majority of the project site is located in the Duck Creek Formation of Lower Cretaceous Age. The Duck Creek Formation consists of limestone with some shaley portions. This formation typically weathers to form relatively deep active clay soils. Borings B-6, B-7, and B-9 are located in the Kiamichi Formation of Lower Cretaceous Age, which is approximately 25 feet thick and is composed of weak, extremely active clays. Outcrops Report No. 103-23-519 CMJ ENGINEERING, INC. 4 of the Kiamichi normally form narrow bands on hillsides. Heavy water seepage can occur along the contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Existing paving at the boring locations consisted of 2 to 4 inches of asphalt in Borings B-6 through B-9 and B-11 through B-12, and 5½ to 8½ inches of concrete in Borings B-2 through B-5 and B-10. The concrete encountered in Borings B-2 through B-4 was overlain by brick pavers. Sand or sand and gravel base material was present below the pavement in Borings B-7 through B-10 and B-12 with thicknesses of 3 to 5 inches. Table 3.2-1 summarizes the existing pavement sections as encountered in the borings. TABLE 3.2-1 Existing Pavement Sections Boring No. Existing Pavement Existing Subgrade B-2 2½” Brick over 7½” PCC - B-3 2½” Brick over 5½” PCC - B-4 2½” Brick over 8” PCC - B-5 8½” PCC - B-6 2” HMAC over 8” PCC - B-7 3” HMAC 5” Gravel Base over 2” PCC B-8 4” HMAC 5” Gravel Base B-9 3½” HMAC 4” Sand and Gravel Base B-10 5¾” PCC 3” Sand Base B-11 3½” HMAC - B-12 2” HMAC 5” Sand and Gravel Base Fill and possible fill materials were observed below the paving extending to depths of 3 to 4 feet in Borings B-11 and B-12 consisting of dark brown and brown clays and silty clays, containing asphalt fragments, iron seams, ironstone nodules, calcareous nodules pebbles, and gravel. Report No. 103-23-519 CMJ ENGINEERING, INC. 5 Natural soils encountered consist of various dark brown, brown, light brown, light reddish brown, gray, and tan clays, silty clays, sandy clays, silty shaly clays, and shaly clays. The various natural soils typically contain iron seams, iron stains, ironstone nodules, limestone fragments, calcareous deposits, gravel, and occasional calcareous seams and limestone seams. A 2 foot thick tan gravel layer with sand and silt seams was encountered in Boring B-6 at a depth of 7 feet. Borings B-5, B- 9, B-10, and B-12 were terminated in the various clayey soils at a depth of 20 feet. The various clayey soils encountered in the borings had tested Liquid Limits (LL) ranging from 26 to 69 with Plasticity Indices (PI) of 12 to 48 and are classified as SP, SC, CL, and CH according to the USCS. The various clayey soils encountered are generally stiff to hard (soil basis) with pocket penetrometer values ranging from 2.0 to over 4.5 tsf. Tested dry unit weight and unconfined compressive strength values range from 91 to 117 pcf and 2,120 to 8,520 psf, respectively. Tan limestone was next encountered in Borings B-2 through B-4, B-8, B-11, and B-12 at depths of 1 to 10 feet. The tan limestone occasionally occurs fractured or weathered in upper reaches, contains clay seams and occasional clay layers and varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of ½ to 6¾ inches of penetration for 100 hammer blows. Borings B-2 and B-8 were terminated in the tan limestone at a depth of 20 feet. Gray limestone was next encountered in Borings B-3, B-4, and B-11 at depths of 14 to 17 feet. The gray limestone occasionally contains shale seams and is considered hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of 1 to 1¾ inches of penetration for 100 hammer blows. Borings B-3, B-4, and B-11 were terminated in the gray limestone at a depth of 20 feet. Gray shale was next encountered in Borings B-6 and B-7 at a depth of 16 feet. The gray shale contains limestone layers and is considered moderately hard (rock basis) with a Texas Cone Penetrometer (THD) value of 2¼ inches of penetration per 100 blows. Borings B-6 and B-7 were terminated in the gray shale at a depth of 20 feet. 3.3 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Borings B-6 at a depth of 9 feet below existing grade. A groundwater level of 12 feet was measured at drilling completion in Report No. 103-23-519 CMJ ENGINEERING, INC. 6 Boring B-6. Borehole cave-in was also observed in Boring B-6 at a depth of 13 feet during drilling. Borings B-2 through B-5 and B-7 through B-12 were dry during drilling and at completion. Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were drilled. Groundwater can occur in joints in the clays, atop the limestone or shale or via more permeable strata and should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is unpredictable. This could be due to seasonal changes in the groundwater and due to the unpredictable nature of groundwater paths. Therefore, it is necessary during construction for the contractor to be observant of groundwater seepage in excavations in order to assess the situation and take appropriate action. 4.0 TRENCH / BORE EXCAVATIONS 4.1 Expected Subsurface Conditions The various soil materials encountered in the borings can be excavated using conventional earthwork equipment. Where more granular materials are present, such as encountered in Boring B-6, some caving may occur due to the low-plasticity nature of these materials and with the presence of groundwater which was also present in Boring B-6. Moderately hard to very hard limestones and shales were encountered in Borings B-2 through B-4, B-6 through B-8, B-11, and B-12 at depths of 1 to 16 feet. Heavy-duty specialized equipment will likely be required to excavate through the limestones and shales. In addition, overexcavation should be anticipated within the limestone and shale. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays, it is expected that near-vertical excavation walls will be possible. For excavations which occur through soft clays, granular soils, loose fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, Report No. 103-23-519 CMJ ENGINEERING, INC. 7 for excavations deeper than 5 feet, the excavation sidewalls must be sloped, or temporary bracing must be provided, regardless of the soil conditions encountered. The design of any trench or excavation safety plans required is the contractor’s responsibility. 4.3 Directional Bore Comments The results of the exploration borings indicate the presence of granular materials as well as groundwater seepage in Boring B-6. These conditions will complicate directional boring operations. The more granular strata can serve as conduits to direct water towards the bore excavation. Caving may occur due to the low plasticity nature of these materials, possibly requiring casing or slurry methods for borehole stability. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. Proper dewatering, as discussed below, is imperative for excavation stability. Otherwise, the predominate natural clayey materials are generally good materials for bore/tunneling operations. Pipe installment via jacking would be very difficult in tan and gray limestone and shale. Boring with hardened rock teeth would likely be required below 1- to 16-foot depths in select areas due to the presence of the limestone and shale. Proper dewatering, as discussed below, is imperative for excavation stability should groundwater be encountered. The contractor may consider surface settlement monitoring measurements during construction, particularly in sensitive areas such as right-of-way crossing(s). 4.4 Trench / Bore Pit Dewatering As discussed in Section 3.3, Groundwater Observations, groundwater conditions can vary with seasonal fluctuations in rainfall. In the case that groundwater is encountered, controlling the groundwater is essential to the construction of the proposed utility lines. Furthermore, the more granular, sandy soils can act like a “quick” condition, in which soil strength reduces to a very small magnitude when vibratory construction equipment traverses this soil, particularly if not properly dewatered. In addition to proper dewatering, care must be taken to cause as minimal disturbance as possible on sandy soils in the excavation. Failure to control any encountered groundwater could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline settlement and pipe deflections after backfilling. Groundwater levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to Report No. 103-23-519 CMJ ENGINEERING, INC. 8 excavating and should be maintained at this lowered level until the pipe trench is backfilled. If water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor’s responsibility. 4.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural soils, limestones, or shales; however such conditions may exist in areas of existing fill or more granular materials as encountered in select borings. Control of groundwater as discussed above is the key to avoiding an unstable trench bottom in more granular soils, as well as cohesive soils. Unstable trench bottoms are unsuitable for support of the proposed pipelines. Soft clays or saturated sands could occur where groundwater is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method:  Under-cut to a suitable bearing subgrade and replace it with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free-draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D4253 and D4254. 4.6 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Where pavement crossings may occur, any pavement repair structure (asphalt or base course material) should extend a minimum of 12 inches beyond the edge of the excavation trench. This Report No. 103-23-519 CMJ ENGINEERING, INC. 9 additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.7 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1” to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 4.8 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where the settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28- day compressive strength ranging between 50 and 200 psi. Report No. 103-23-519 CMJ ENGINEERING, INC. 10 4.9 Trench Backfill Settlement The settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on-site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 4.10 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement where crushed stone materials are used as pipe bedding materials, a suitable geotextile may be placed atop the crushed stone embedment to limit the intrusion of fines into the crushed stone material. 5.0 GENERAL EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Report No. 103-23-519 CMJ ENGINEERING, INC. 11 Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand- operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 103-23-519 CMJ ENGINEERING, INC. 12 5.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.4 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 5.5 Soil Corrosion Potential Various analytical laboratory tests were performed on selected soil samples. These tests include chloride, sulfates, and pH. The tests indicate that the subsurface clayey soils are mildly corrosive to buried concrete. The results of these tests are attached on Plate A.24. Standard construction practices for protecting buried pipes and similar facilities in contact with these soils should be used. 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with Report No. 103-23-519 CMJ ENGINEERING, INC. 13 permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those Report No. 103-23-519 CMJ ENGINEERING, INC. 14 portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the groundwater table can occur with passage of time due to variations in rainfall, temperature, and other factors. Also, this report does not include quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained Report No. 103-23-519 CMJ ENGINEERING, INC. 15 in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. * * * * MATCHLINEPLAN OF BORINGS A.1aPlateCMJ Project No. 103-23-519 LEGEND: Boring Location SOURCE: GOOGLE EARTH, 2022; IMAGERY DATE: 10/2021 B-10 B-4 B-11 Water and Sanitary Sewer Improvements Camp Bowie Fort Worth, Texas 0 200 400 FEET APPROXIMATE SCALE B-3 B-12 CLOVER LANECRESTLINE ROAD CAM P B O W I E B O U L E V A R DHULEN STREET MATCHLINE0 200 400 FEET APPROXIMATE SCALE PLAN OF BORINGS A.1bPlateCMJ Project No. 103-23-519 LEGEND: Boring Location SOURCE: GOOGLE EARTH, 2022; IMAGERY DATE: 10/2021 (not drilled) B-2 Water and Sanitary Sewer Improvements Camp Bowie Fort Worth, Texas B-5 CLARKE AVENUE MONTGOMERY STREETW LANCASTER AVENUE CRESTLINE ROAD CAM P B O W I E B O U L E V A R D B-1 PLAN OF BORINGS A.1cPlateCMJ Project No. 103-23-519 LEGEND: Boring Location SOURCE: GOOGLE EARTH, 2024; IMAGERY DATE: 10/2021 B-9 B-8 B-7 Water and Sanitary Sewer Improvements Camp Bowie Fort Worth, Texas B-6IRENE DRIVECAM P B O W I E B O U L E V A R D/ 3 7 7 ALTA MERE DRIVE / 183MARKS PLACE0 125 250 FEET APPROXIMATE SCALE Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt OH CH MH OL CL ML SC SM SP SW GC GM GP GW Grp. Sym. Peat and other highly organic soils Organic clays of medium to high plasticity, organic silts Inorganic clays of high plasticity, fat clays Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Organic silts and organic silty clays of low plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, and lean clays Inorganic silts and very fine sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity Clayey sands, sand-clay mixtures Silty sands, sand-silt mixtures Poorly graded sands; gravelly sands, little or no fines Well-graded sands, gravelly sands, little or no fines Clayey gravels, gravel-sand- clay mixtures Silty gravels, gravel-sand-silt mixtures Poorly graded gravels, gravel- sand mixtures, little or no fines Well-graded gravels, gravel- sand mixtures, little or no fines Typical Names Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and Plastic limits below "A" line or P.I. less than 4 Not meeting all gradation Liquid and Plastic limits above "A" line with P.I. greater than 7 Liquid and Plastic limits below "A" line or P.I. greater than 4 Not meeting all gradation PLATE A.2 requirements for SW requirements for GW UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits plotting between 4 and 7 are borderline cases requiring use of dual symbols Liquid and plastic limits plotting in hatched zone between 4 and 7 are borderline cases requiring use of dual symbols Major Divisions 0 10 20 30 40 50 60 70 80 90 1000 10 20 30 40 50 60 CL-ML4 7 CL CH OH and MH ML and OL Liquid Limit Plasticity ChartPlasticity IndexCu= ----- D60 D10 greater than 6:CC= -------------- (D30)2 D10 x D60 between 1 and 3 Cu= ----- D60 D10 greater than 4:CC= -------------- (D30)2 D10 x D60 between 1 and 3 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE SAND SANDY SHALE SILT SILTY SANDSTONE HIGHLY PLASTIC CLAY CLAYEY CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core Cone Pen No Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 29 12 114.5+ 100/1.25" 100/1.75" 100/1.25" 100/0.875" 17 BRICK, 2.5" thick CONCRETE, 7.5" thick SILTY CLAY, light brown, w/ iron stains, ironstone nodules, calcareous nodules, and gravel, hard LIMESTONE, tan, w/ clay seams and layers, hard to very hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-2 CME-55 w/ CFA 3-11-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.4 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-2 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 100/0.875" 100/0.5" 100/1" 100/1.75" BRICK, 2.5" thick CONCRETE, 5.5" thick SILTY CLAY, brown LIMESTONE, tan, w/ clay seams and layers, very hard -8" thick clay layer at 6' -14" thick clay layer at 11' LIMESTONE, gray, w/ shale seams, hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-3 CME-55 w/ CFA 3-11-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.5 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-3 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 41 67 24 46 15 31 32 28 91 2780 2.75 2.0 2.25 2.5 100/1" 100/1.125" 100/1.5" 46 89 17 21 BRICK, 2.5" thick CONCRETE, 8" thick SILTY CLAY, dark brown, w/ iron seams, ironstone nodules, and pebbles, stiff CLAY, dark brown, w/ iron seams, ironstone nodules, and pebbles, stiff LIMESTONE, tan, w/ clay seams and layers, hard to very hard -fractured above 10' LIMESTONE, gray, hard -w/ shale seams below 18'REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-4 CME-55 w/ CFA 3-11-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.6 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-4 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 57 29 41 16 24 25 25 24 24 20 15 13 103 117 2980 2120 2.5 2.5 2.75 2.5 3.5 3.25 2.0 2.5 88 70 16 13 CONCRETE, 8.5" thick CLAY, dark brown, w/ iron seams, ironstone nodules, and pebbles, stiff to very stiff SILTY CLAY, light brown, w/ ironstone nodules, calcareous nodules, pebbles, and occasional calcareous seams, stiff to very stiff REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-5 CME-55 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.7 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-5 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 26 43 13 27 10 19 16 10 12 19 112 2380 4.5+ 3.25 2.0 3.5 35 32 66 13 16 ASPHALT, 2" thick CONCRETE, 8" thick SANDY CLAY, light reddish brown, light brown, and brown, w/ iron stains, ironstone nodules, pebbles, gravel, and occasional calcareous seams, stiff to hard GRAVEL, tan, w/ sand and silt seams SHALY CLAY, light brown, w/ iron stains, ironstone nodules, calcareous nodules, and pebbles -borehole cave-in at 13' during drilling SHALE, gray, w/ limestone layers REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-6 B-47 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.8 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Seepage at 9' and cave-in at 13' during drilling; water at 12' at completion; See Plate A.1 20.0' B-6 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 53 54 34 37 22 20 21 20 21 22 18 106 108 4260 5130 3.5 4.0 3.0 3.5 3.75 3.25 3.75 100/2.25" 82 88 19 17 ASPHALT, 3" thick GRAVEL BASE, 5" thick CONCRETE, 2" thick CLAY, light brown, brown, and gray, w/ iron stains, ironstone nodules, calcareous nodules, and pebbles, very stiff SHALY CLAY, light brown and gray, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, very stiff SHALE, gray, w/ limestone layers, moderately hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-7 B-47 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.9 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-7 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 52 69 35 48 19 14 20 21 25 23 106 3040 2.75 4.0 2.0 2.25 3.0 3.5 83 97 17 21 ASPHALT, 4" thick GRAVEL BASE, 5" thick SILTY SHALY CLAY, light brown and brown, w/ iron seams, ironstone nodules, calcareous nodules, calcareous seams, pebbles, and occasional limestone seams, stiff to very stiff LIMESTONE, tan, w/ clay seams and occasional clay layers REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-8 B-47 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.10 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-8 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 45 35 28 19 17 21 19 17 14 18 109 110 2510 5750 3.75 3.0 2.5 2.75 4.5+ 4.5+ 71 81 17 16 ASPHALT, 3.5" thick SAND AND GRAVEL BASE, 4" thick SILTY SHALY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous seams, calcareous nodules, and pebbles, stiff to very stiff SILTY CLAY, light brown, w/ ironstone nodules, calcareous nodules, calcareous seams, limestone seams, and pebbles, hard SHALY CLAY, tan and gray REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-9 B-47 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.11 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-9 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 52 28 45 33 13 27 24 20 18 19 16 15 17 107 5730 4.25 4.0 3.75 2.5 4.5+ 4.0 84 85 70 19 15 18 CONCRETE, 5.75" thick SAND BASE, 3" thick CLAY, dark brown, brown, and light brown, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, stiff to very stiff SILTY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous nodules, limestone fragments, and pebbles, stiff to hard SHALY CLAY, light brown and gray SILTY CLAY, tan and gray, w/ occasional limestone layers REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-10 B-47 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.12 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-10 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 57 45 36 29 20 18 15 117 8520 4.5+ 4.5+ 3.0 100/1.75" 100/1" 61 62 21 16 ASPHALT, 3.5" thick CLAY, dark brown and brown, w/ iron seams, ironstone nodules, asphalt fragments, gravel, and pebbles, hard (FILL) LIMESTONE, tan, w/ clay seams and occasional clay layers, hard -12" thick silty clay layer at 9' -occurs fractured above 10' LIMESTONE, gray, hard to very hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-11 B-53 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.13 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-11 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 39 29 20 13 18 16 18 17 16 95 113 114 2370 4130 7440 4.5+ 3.0 2.25 4.5+ 100/6.75" 100/2.75" 4.5+ 77 19 16 ASPHALT, 2" thick SAND AND GRAVEL BASE, 5" thick SILTY CLAY, brown, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, very stiff to hard (FILL) SILTY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, stiff to hard LIMESTONE, tan, weathered, w/ clay seams and layers, soft to moderately hard LIMESTONE, tan, w/ clay seams and occasional clay layers, moderately hard SHALY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous nodules, pebbles, and occasional limestone seams, blocky, hard REC %PlasticityIndexBoring No. Location Stratum DescriptionDepth, Ft.CMJ 103-23-519 Water Observations Type SamplesLOG OF BORING NO. B-12 B-53 w/ CFA 3-12-24 RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project Completion Depth Completion Date Surface Elevation SymbolPLATE A.14 Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Dry during drilling; dry at completionSee Plate A.1 20.0' B-12 5 10 15 20 ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24 Plate A.15 Plate A.16 Plate A.17 Plate A.18 Plate A.19 Plate A.20 Plate A.21 Plate A.22 CMJ ENGINEERING, INC. PLATE A.23 ANALYTICAL TEST RESULTS Project: Water and Sanitary Sewer Improvements Camp Bowie Boulevard – Fort Worth, Texas Project No.: 103-23-519 Boring No. Depth (ft.) pH Chloride (mg/kg) Soluble Sulfate (mg/kg) B-4 4–5 8.1 11.7 70.6 B-5 9–10 8.4 8.4 11.3 B-7 9–10 8.4 8.9 16.9 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK ATTACHMENT 1C Page 1 of 4 Effective 03/15/2022 City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity Firm Non-Business Equity Firm PROJECT NAME: BID DATE Business Equity Goal: % Offeror’s Business Equity Goal Commitment: % PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror’s method of compliance with the Business Equity Goal is based upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 4 Date of Listing _______________ 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the GFE non-responsive.) Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may r ender the GFE non-responsive.)No NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes Yes 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? No 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes No No No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? (If yes, attach all copies of quotations.) Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. No Yes No 9.) Was the contact information on any of the listings not valid? 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City’s Business Equity Division. _______________________________________ Authorized Signature _______________________________________ Title _______________________________________ Company Name ______________________________________ Address _______________________________________ City/State/Zip _______________________________________ Printed Signature _______________________________________ Contact Name and Title (if different) _______________________________________ Phone Number _______________________________________ Email Address _______________________________________ Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 03/15/2022 Joint Venture Page 1 of 3 Rev. 2/13/19 CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use “N/A” if not applicable. . Name of City project: ___________________________________________________________________________ A joint venture form must be completed on each project RFP/Bid/Purchasing Number: ____________________________ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm name: Non-M/WBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Joint Venture Page 2 of 3 Rev. 2/13/19 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? _____________________ 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a.Estimating b.Marketing and Sales c.Hiring and Firing of management personnel d.Purchasing of major equipment and/or supplies Supervision of field operations The City’s Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City’s Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City’s Business Equity Ordinance 25165-10-2021 . Joint Venture Page 3 of 3 Rev. 2/13/19 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of _________________________________________ County of _________________________________ On this _____________________________ day of _________________, 20 ____, before me appeared ___________________________________________ and ___________________________________________ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ______________________________________________________ Print Name Notary Public ______________________________________________________ Signature Commission Expires _________________________________________________ (seal) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1B Page 1 of 1 Rev. 3/13/2022 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime M/WBE NON-MWBE PROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. YES NO Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ______________________________________ ___________________________________________ Authorized Signature Printed Signature ______________________________________ ___________________________________________ Title Contact Name (if different) ______________________________________ ___________________________________________ Company Name Phone Number Fax Number ______________________________________ ___________________________________________ Address Email Address ______________________________________ ___________________________________________ City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: _____________ Business Equity Goal: __________% It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number _________ is ______%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A.Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a.Utilization Plan b.Letter(s) of Intent B.Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1)Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a.Utilization Plan b.Letter(s) of Intent c.Good Faith Effort 2)Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described in the Business Equity Ordinance §20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being considered “Non-Responsive.” 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic  $             25.24  AC Mechanic Helper  $             13.67  Acoustical Ceiling Installer  $             16.83  Acoustical Ceiling Installer Helper  $             12.70  Bricklayer/Stone Mason  $             19.45  Bricklayer/Stone Mason Trainee  $             13.31  Bricklayer/Stone Mason Helper  $             10.91  Carpenter  $             17.75  Carpenter Helper  $             14.32  Concrete Cutter/Sawer  $             17.00  Concrete Cutter/Sawer Helper  $             11.00  Concrete Finisher  $             15.77  Concrete Finisher Helper  $             11.00  Concrete Form Builder  $             15.27  Concrete Form Builder Helper  $             11.00  Drywall Mechanic  $             15.36  Drywall Helper  $             12.54  Drywall Taper  $             15.00  Drywall Taper Helper  $             11.50  Electrician (Journeyman) $             19.63  Electrician Apprentice (Helper) $             15.64  Electronic Technician  $             20.00  Floor Layer  $             18.00  Floor Layer Helper  $             10.00  Glazier  $             21.03  Glazier Helper  $             12.81  Insulator    $             16.59  Insulator Helper  $             11.21  Laborer Common  $             10.89  Laborer Skilled  $             14.15  Lather  $             12.99  Metal Building Assembler  $             16.00  Metal Building Assembler Helper  $             12.00  Metal Installer (Miscellaneous) $             13.00  Metal Installer Helper (Miscellaneous) $             11.00  Metal Stud Framer  $             16.12  Metal Stud Framer Helper  $             12.54  Painter  $             16.44  Painter Helper  $               9.98  Pipefitter  $             21.22  Pipefitter Helper  $             15.39  Plasterer  $             16.17  Plasterer Helper  $             12.85  Plumber  $             21.98  Plumber Helper  $             15.85  Reinforcing Steel Setter  $             12.87  (Commercial Construction Projects) 2013  PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper  $             11.08  Roofer  $             16.90  Roofer Helper  $             11.15  Sheet Metal Worker  $             16.35  Sheet Metal Worker Helper  $             13.11  Sprinkler System Installer  $             19.17  Sprinkler System Installer Helper  $             14.15  Steel Worker Structural  $             17.00  Steel Worker Structural Helper  $             13.74  Waterproofer  $             15.00  Concrete Pump  $             18.50  Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31  Forklift  $             16.45  Foundation Drill Operator  $             22.50  Front End Loader  $             16.97  Truck Driver  $             16.77  Welder  $             19.96  Welder Helper  $             13.00  The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted  and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman  Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The  Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp Equipment Operators  Page 2 of 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS W ILL ROGERS Revised July 1, 2011 CITY PROJECT NO. 105062-4 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK Approval Spec No.Classsification Manufacturer Model No.National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K.Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc.Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. *33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged)Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32")ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32")ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. *33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. *33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. *33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) *33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" *33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc.ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc.48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones)ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems)48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc.Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious *E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc.Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner)Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 * From Original Standard Products List 1 Approval Spec No.Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior)ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) *33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. *33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. *33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc.Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE)Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) *33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C151 4" thru 30" *33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co.AWWA C150, C151 *33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co.AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc.D025LTP02(Composite Body)2" Sewer - Pipes/Concrete *E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc.ASTM C 76 *E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 *E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 *E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc.ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J.Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP)Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe Group Thompson Pipe (Flowtite)ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP)Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP)Superlit Boru Sanayi A.S.Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No.Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) *High-density polyethylene pipe Phillips Driscopipe, Inc.Opticore Ductile Polyethylene Pipe ASTM D 1248 8" *High-density polyethylene pipe Plexco Inc.ASTM D 1248 8" *High-density polyethylene pipe Polly Pipe, Inc.ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) *33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle)SDR-26 (PS115)ASTM D 3034 4" - 15" 12/23/97*33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)ASTM D 3034 4" thru 15" *33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115)ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" *33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle)PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115)ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc.SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp.SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No.Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc.202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc.#406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel)JCM Industries, Inc.415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel)Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel)Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) *E1-11 Combination Air Release Valve GA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A fl 1" & 2" *E1-11 Combination Air Release Valve Multiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" *E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC)Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works)WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No.Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc.DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp.DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc.Mechanical Joint Fittings AWWA C153 & C110 *E1-07 Ductile Iron Fittings Griffin Pipe Products, Co.Mechanical Joint Fittings AWWA C 110 *E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No.Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:11-6-24 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255)AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247)AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller *E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" *E1-26 Resilient Seated Gate Valve M&H 4" - 12" *E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co.Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co.Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co.AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co.16" RS GV (SD D-20995)AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co.Clow RW Valve (SD D-21652)AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co.Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" *E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) *E1-30 Rubber Seated Butterfly Valve Henry Pratt Co.AWWA C-504 24" *E1-30 Rubber Seated Butterfly Valve Mueller Co.AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co.AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp.Valmatic American Butterfly Valve.AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson)AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch This product removed Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6 City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? * Yes  No  If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes  No  If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes  No  If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date.If applicable. Is a 1295 Form required?* Yes No  *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes  No  Contracts need to be routed for CSO processing in the following order: 1.Katherine Cenicola (Approver) 2.Jannette S. Goodall (Signer) 3.Allison Tidwell (Form Filler)