Loading...
HomeMy WebLinkAbout064441-V1 - Construction-Related - Contract - Felix Construction CompanyCONTRACT FOR THE CONSTRUCTION OF WESTSIDE WATER TREATMENT PLANT 24-MGD Expansion City Project No. 102052 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department VOLUME 1 OF 3 ISSUED FOR BID AUGUST 2025 CDM Smith Inc. 801 Cherry Street, Unit 33 Suite 1820 Fort Worth, Texas 76102 TBPE Firm No. F-3043 In Association With: CSC No. 64441-V1 © 2025 CDM Smith 0515-239525 All Rights Reserved August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City of Fort Worth THIS PAGE INTENTIONALLY LEFT BLANK. WESTSIDE WATER TREATMENT PLANT 24 MGD EXPANSION PROJECT CITY PROJECT NO. 102052 Specification Seals August 2025 Page 1 of 6 000107 - Seals Page Procurement and Contracting Requirements/General Requirements 07/31/2025 David F. Vallejo, PE Divisions 00, and 01 CDM Smith Inc. TBPE Firm Registration No. F-3043 WESTSIDE WATER TREATMENT PLANT 24 MGD EXPANSION PROJECT CITY PROJECT NO. 102052 Specification Seals August 2025 Page 2 of 6 Civil and Process Mechanical Design 07/31/2025 David F. Vallejo, PE Divisions 09 and 33, Specification Sections - 312500, 400506, 400507, 400519, 400522, 400523, 400524, 400531, 400551, 400553, 400557, 400561, 400563, 400564, 400565.29, 400565.33, 400567.39, 400578.11, 400578.13, 400582, 404113.13, 404213 CDM Smith Inc. TBPE Firm Registration No. F-3043 WESTSIDE WATER TREATMENT PLANT 24 MGD EXPANSION PROJECT CITY PROJECT NO. 102052 Specification Seals August 2025 Page 3 of 6 Structural 08/15/2025 Samuel V. Gil Divisions 03 and 05 CDM Smith Inc. TBPE Firm Registration No. F-3043 Electrical 07/07/2025 V.K Gupta, PE Division 26 Gupta & Associates Inc. TBPE Firm Registration No. F-2593 WESTSIDE WATER TREATMENT PLANT 24 MGD EXPANSION PROJECT CITY PROJECT NO. 102052 Specification Seals August 2025 Page 4 of 6 Instrumentation and Controls 07/07/2025 Li Tien (Bill) Dang, PE Specification Sections 40 61 00, 40 61 21, 40 61 26, 40 61 96, 40 63 43, 40 68 60, 40 71 13, 40 72 13, 40 73 00, 40 75 53 Gupta & Associates Inc. TBPE Firm Registration No. F-2593 © 2025 CDM Smith 0515-239525 All Rights Reserved August 2025 Westside Water Treatment Plant 24 MGD Expansion Project Table of Contents City of Fort Worth 000110 - 1 Issued for Bid TABLE OF CONTENTS PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000107 Seal Page 000110 Table of Contents 00 05 10 Mayor and Council Communication(M&C) 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instruction to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Non-Resident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Prequalification Application 00 45 26 Contractor Compliance with Workers Compensation Law 00 45 40 Business Equity Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions to General Conditions SPECIFICATIONS GROUP General Requirements Subgroup DIVISION 01 - GENERAL REQUIREMENTS 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meetings 01 31 20 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 35 13.24 Special Project Procedures for Maintenance of Plant Operation and Sequence of Construction 01 35 26 Governmental Safety Requirements 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Control 01 57 13 Storm Water Pollution Prevention © 2025 CDM Smith 0515-239525 All Rights Reserved August 2025 Westside Water Treatment Plant 24 MGD Expansion Project Table of Contents City of Fort Worth 000110 - 2 Issued for Bid 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 74 23 Cleaning 01 76 00 Asset Management 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 01 88 19 Tightness Testing Performance Requirements 01 91 13 General Commissioning Requirements Facility Construction Subgroup DIVISION 03 - CONCRETE 030130 Modifications to Existing Concrete 033010 Miscellaneous Cast-In-Place Concrete 036000 Grouting DIVISION 05 - METALS 055000 Metal Fabrications DIVISION 09 - FINISHES 090110 Cleaning Finishes and Surfaces 099673.13 Water Treatment and Purification System Coatings 099673.33 Water Treatment Chemical Storage Coatings Facility Services Subgroup DIVISION 26 - ELECTRICAL 26 00 00 Electrical - General Provisions 26 05 13 Medium Voltage Cables 26 05 19 Low-Voltage Wires and Cables 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways, Boxes, Enclosures, and Fittings 26 05 50 NEMA Frame Induction Motors, 600 Volts and Below 26 05 51 Large Induction Motors 26 05 73 Power System Study 26 18 39 Medium Voltage Motor Control Centers 26 22 13 Distribution Dry-type Transformers 26 24 16 Panelboards 26 27 13 Power Metering and Protective Relays 26 27 26 Light Switches and Receptacles 26 29 87 Electrical Control Panels (ECPs) 26 41 19 Electrical Demolition 26 43 13 Low Voltage AC Surge Protective Devices (SPDs) © 2025 CDM Smith 0515-239525 All Rights Reserved August 2025 Westside Water Treatment Plant 24 MGD Expansion Project Table of Contents City of Fort Worth 000110 - 3 Issued for Bid Site and Infrastructure Subgroup DIVISION 31 - EARTHWORK 31 25 00 Erosion and Sedimentation Controls DIVISION 33 - UTILITIES 330110.59 Disinfection of Water Utility Storage Tanks 331300 Disinfecting of Water Utility Distribution Process Equipment Subgroup DIVISION 40 - PROCESS INTERCONNECTIONS 400506 Couplings, Adapters, and Specials for Process Piping 400507 Hangers and Supports for Process Piping 400519 Ductile Iron Process Pipe 400522 Stainless Steel Process Pipe and Tubing for Ozone Service 400523 Stainless Steel Process Pipe and Tubing 400524 Steel Process Pipe 400531 Thermoplastic Process Pipe 400551 Common Requirements for Process Valves 400553 Identification for Process Piping 400557 Actuators for Process Valves and Gates 400561 Gate Valves 400563 Ball Valves 400564 Butterfly Valves 400565.29 Double-Disk Check Valves 400565.33 Rubber Flapper Check Valves 400567.39 Pressure-Relief Valves 400578.11 Air Release Valves for Water Service 400578.13 Combination Air-Vacuum Valves for Water Service 400582 Solenoid Valves for Process Service 404113.13 Process Piping Electrical Resistance Heat Tracing 404213 Process Piping Insulation 40 61 00 Process Control and Enterprise Management Systems General Provisions 40 61 21 Process Control System Testing 40 61 26 Process Control System Training 40 61 96 Process Control Descriptions 40 63 43 Programmable Logic Controllers 40 68 60 Configuration of HMI and Controller Software 40 71 13 Magnetic Flow Meters 40 72 13 Ultrasonic Level Meters 40 73 00 Differential Pressure Instrumentation 40 75 53 Turbidity Analyzers © 2025 CDM Smith 0515-239525 All Rights Reserved August 2025 Westside Water Treatment Plant 24 MGD Expansion Project Table of Contents City of Fort Worth 000110 - 4 Issued for Bid DIVISION 43 - PROCESS GAS AND LIQUID HANDLING, PURIFICATION AND STORAGE EQUIPMENT 432341 End Suction Process Pumps 432426.15 Vertical Turbine Short-Set Pumps 432518 Sump Pumps 434143 High Density Polyethylene Tanks DIVISION 46 - WATER AND WASTEWATER EQUIPMENT 460553 Identification for Water and Wastewater Equipment 463154.35 Ozone Dissolution System 463344 Peristaltic Metering Pumps 466113 Filter Media 466119 FRP Wash Water Troughs 466123 Filter Underdrain System 466133 Microfiltration Membrane Equipment APPENDICES Appendix A Plate Settler Effluent Control Weir Leveling Instructions Appendix B AriaFiltra (MFSS) Microfiltration Membrane Equipment Pre-Purchase Documents END OF TABLE OF CONTENTS 00 05 10 - 2 MAYOR AND COUNCIL COMMUNICATION (M&C) CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 THIS PAGE INTENTIONALLY LEFT BLANK. DATE:Tuesday, November 11, 2025 REFERENCE NO.: **M&C 25-1049 LOG NAME: 60WSWTP24MGDEXP-FELIXANDCDMA6 SUBJECT: (CD 3) Authorize Execution of a Contract with Felix Construction Company in the Amount of $13,641,000.00 for Westside Water Treatment Plant Expansion Project, Authorize Execution of Amendment No. 6 to an Engineering Agreement with CDM Smith, Inc., in the Amount of $234,232.00, for Westside Water Treatment Plant Plate Settler Expansion Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of the Water’s Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1.Authorize execution of a contract with Felix Construction Company in the amount of $13,641,000.00 for the Westside Water Treatment Plant Expansion project; 2.Authorize execution of Amendment No. 6 to City Secretary Contract No. 52517, an engineering agreement with CDM Smith, Inc. in the amount of $234,232.00 for construction support services for Westside Water Treatment Plant Plate Settler Expansion project for a revised contract amount of $1,769,767.00; 3.Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside Water Treatment Plant Plate Settler Expansion project; and 4.Adopt the attached Appropriation Ordinance adjusting appropriations in the Water & Sewer Commercial Paper Fund by increasing appropriations in the Westside Water Treatment Plant Plate Settler Expansion project (City Project No. 102052) in the amount of $14,561,510.00 and decreasing appropriations in the Water & Sewer Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water’s contribution to the Fiscal Years 2026- 2030 Capital Improvement Program. DISCUSSION: The Westside Water Treatment Plant began serving the community in April 2012 with an initial capacity of 12 million gallons per day (MGD). In 2015 the plant was expanded to a capacity of 15 MGD and was expanded again in 2020 to a capacity of 18 MGD. Now with continued growth and development in west Fort Worth, the Water Department desires to expand the plant’s capacity to 24 MGD to meet the growing demand. Through the competitive bid process, Felix Construction Company was determined to be the qualified bidder for the construction of this expansion. On June 25, 2019, Mayor and Council Communication (M&C C-29181) authorized an engineering agreement with CDM Smith, Inc., (City Secretary Contract No. 52517), in the amount of $192,600.00 for the Westside Water Treatment Plant Plate Settler Expansion project. The agreement was subsequently revised by Amendment No. 1 in the amount of $97,448.00 administratively authorized May 29, 2020, that provided for additional design for the replacement of the raw waterflow meter, the addition of filter No. 5, the addition of membrane feed pump No. 5 and relocating the finished water sample point; Amendment No. 2 in the amount of $141,740.00, authorized August 3, 2021 (M&C 21-0540) that primarily provided construction support services for construction of Part 1 of the project consisting of shop drawings and submittals reviews, change order review, record drawings and update plant operational manual; and Amendment No. 3 in the amount of $99,500.00 administratively authorized November 2, 2022 that provided for additional construction services on the project; Amendment No. 4 in the amount of $904,827.00 authorized January 23, 2024 (M&C 24-0077) that provided for a formal request to the Texas Commission on Environmental Quality (TCEQ) for an increase in the approved treatment plant capacity City of Fort Worth, Texas Mayor and Council Communication from the re-rated capacity of 20 million gallons per day (MGD) to 24 MGD along with design and construction phase services for the proposed plant expansion; and Amendment No. 5 in the amount of $99,420.00 administratively authorized August 8, 2024, that provided for evaluation, design and bidding services for extending the existing 30-inch water main to convey water from the corner of the plant to the southwest corner of the plant. Amendment No. 6 provides for the following: Resident Project representation for the expansion project; chemical programmable logic controller upgrade at the plant, additional construction phase services for the plate settler extension at the plant and design for the extension of the Westside III 16-inch water main at the plant. Construction of the project was advertised for bid on August 20, 2025 and August 27, 2025 in the Fort Worth Star-Telegram. On October 2, 2025, the following bids were received: Bidder Base Bid Contract Time Felix Construction Company $13,641,000.00 560 Calendar Days Gracon Co., Inc.$15,730,000.00 Staff recommends award of contract to Felix Construction Company in the amount of $13,641,000.00 for the Westside Water Treatment Plant Expansion project that will expand the capacity of the plant from 18 MGD to 24 MGD. In addition to the contract cost, $413,458.00 is required for project management, material testing and inspection and $272,820.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. Available cash within the Water and Sewer portfolio and the City’s portfolio along with the appropriation authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City’s portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. Funding for the Westside Water Treatment Plant Plate Settler Expansion project is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* Water Impact Fee - Fund 56003 $6,268,829.00 $0.00 $6,268,829.00 W&S Commercial Paper – Fund 56026 $2,400,407.00 $14,561,510.00 $16,961,917.00 Project Total $8,699,236.00 $14,561,510.00 $23,230,746.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the Westside WTP Plate Settler project to support the execution of the construction contract and amendment to the professional services agreement. 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) Bijay Upreti (8909) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1.1295 CDM SMITH.pdf (CFW Internal) 2.60WSWTP24MGDEXP-FELIXANDCDMA6 FID Table (WCF 10.20.25).xlsx (CFW Internal) 3.60WSWTP24MGDEXP-FELIXANDCDMA6 funds availability.pdf (CFW Internal) 4.60WSWTP24MGDEXP-FELIXANDCDMA6.pdf (Public) 5.Commercial Paper as of 10.20.25.xlsx (CFW Internal) 6.Form 1295 Certificate 101442284 - Felix.pdf (CFW Internal) 7.ORD.APP_60WSWTP24MGDEXP-FELIXANDCDMA6_56026_AO26(R4).docx (Public) 8.PBS CPN 102052.pdf (CFW Internal) 9.Res.60WSWTP24MGDEXP-FELIXANDCDMA6 (2) 1.docx (Public) 60WSWTP24MGDEXP-FELIXANDCDMA6 FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 4 56026 0600430 UCMLPR 2026 ($14,561,510.00) 4 56026 0600430 102052 2026 $14,561,510.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3&4)56026 0600430 5110101 102052 005430 9999 $90,440.00 1)56026 0600430 5110101 102052 005485 9999 $208,707.00 3&4)56026 0600430 5330500 102052 005484 9999 $90,440.00 3&4)56026 0600430 5310350 102052 005484 9999 $20,871.00 3&4)56026 0600430 5540101 102052 005430 9999 $3,000.00 Public Outreach 1)56026 0600430 5330500 102052 005430 9999 $234,232.00 To pay Engineering Company 2)56026 0600430 5740010 102052 005480 9999 $13,641,000.00 To pay Contractor 3&4)56026 0600430 5740010 102052 005480 9999 $272,820.00 Project Contingencies 56026 2060000 102052 RETAIN Retainage Combo Code FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION 00 05 15 - 2 ADDENDA CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 THIS PAGE INTENTIONALLY LEFT BLANK. ADDENDUM NO. 1 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE 24 MGD EXPANSION City Project No. 102052 Addendum No. 1 Issue Date: August 29, 2025 Bid Opening Date: September 25, 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. Procurement and Contracting Requirements / General Requirements Instrumentation and Controls David F. Vallejo, PE Li Tien (Bill) Dang, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 Gupta & Associates Inc. TBPE Firm Registration No. F-2593 DRAWINGS 1. Cover Sheet o MODIFY Drawings Cover Sheet as follows: ·Replace Cover Sheet with the attached sheet, which has City’s approval and review signatures. VENDOR QUESTIONS 1. Is there an estimated construction cost available (same question from 3 vendors)? ·The estimated construction project cost is $12.5 million - $13.5 million. 08/28/2025 ADDENDUM NO. 1 ADDENDUM NO. 1 2. The drawings require a mag meter with 0 up/0 down capabilities. Endress+Hauser has added 4 additional electrodes to the flow sensor to satisfy the 0 up/0 down while giving the best in industry performance of 0.5%. Can Endress+Hauser be approved so that the end user enjoys the best that the industry has to offer? ·Requests for Substitutions are not accepted during the bid phase. Per Section 01 25 00_Subtitution Procedures, any requests for substitutions will be considered within 30 days after award of the construction Contract. 3. Will the owner be conducting a site visit? ·No, there will not be a site visit. 4. When does the owner anticipate awarding the project and issuing a notice to proceed? ·Anticipated Award is in November 2025. Notice to proceed is anticipated between December 2025 and January 2026. All other terms and conditions remain unchanged. 08/29/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. Felix Construction Company ORT WORT CITY OF FORT WORTH, TEXAS WATER DEPARTMENT X - 28698 WESTSIDE WATER TREATMENT PLANT 24 MGD EXPANSION PROJECT CITY PROJECT No. 102052 MATTIE PARKER I — _ WESTSIDE MP MAYOR Ro,unwnaDDDa JESUS "JAY" CHAPA CITY MANAGER CHRIS HARDER, P.E. DIRECTOR, WATER DEPARTMENT FILE NO. X - 28698 CITY PROJECT NO. 102052 WESTSIDE WTP LOCATION MAP J U LY 2025 c�mith 801 Cherry Street Street, Suite 1820 Fort Worth, Texas 70102 TBPE Firm Registration No. F-3043 IN ASSOCIATION WITH: GAI APPROVED N O N O z F- U W 0 X c� S&4& 08/18/25 EFIDED:TD"Y ��+rMa P.E. DATE 0 51riTER IR1EC TOR DATER DEPARTMENT af a �r 08/19/2025 a Shannon Da n n e (Aug 19, 202515:00:04 CDT) X RECOMMENDED: SHANNON DUNNE DATE a ASSISTANT WATER DIRECTOR, PLANT OPERATIONS a REVIEWED ""'°°yB1"•�"'° N r Bijay Upreti ­; om zozsa°,a u.n.uosov 08-18-2025 Cl- BIJAY UPRETI, P.E. 1- DATE W PROJECT MANAGER/SENIOR ENGINEER 0 (A ISSUED FOR BID ; ADDENDUM NO. 2 ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE 24 MGD EXPANSION City Project No. 102052 Addendum No. 2 Issue Date: September 23, 2025 Bid Opening Date: October 2, 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. Procurement and Contracting Requirements / General Requirements David F. Vallejo, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 SPECIFICATIONS 1. Section 00 11 13_Invitation to Bidders o MODIFY the first paragraph of this section under RECEIPT OF BIDS to indicate the following: ·“Electronic bids for the construction of WESTSIDE WTP (WTP) 24-MGD EXPANSION PROJECT, CITY PROJECT NO. 102052 (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 2, 2025.” Felix Construction Company 1 CPN 102052 Westside WTP 24-MGD Expansion Pre-Bid Conference Meeting Minutes Pre-Bid Conference Date: Tuesday 09-16-2025 Time: 9:30 am Location/Call in Details: On-line via MS Teams Prepared by: David Vallejo, P.E., CDM Smith Project Name: Westside Water Treatment Plant (WTP) 24-MGD Expansion Project Number: City Project No. 102052, CDM Smith Project No. 239525 Attendees: Attendees list with contact info to be provided with meeting minutes Meeting Objective: Present project scope overview, highlight key scope items, discuss main bid submittal requirements, and address questions. Note: Agenda items are in black font and meeting notes are in red font. Meeting Agenda: ▬Introductions Fort Worth team & staff -Bijay Upreti, COFW, Project Manager, bijay.upreti@fortworthtexas.gov -James McDonald, COFW Capital Projects and Delivery, james.mcdonald@fortworthtexas.gov Engineering team -David Vallejo, CDM Smith, Project Manager, vallejodf@cdmsmith.com -Sterling Greback, CDM Smith, Project Engineer, grebacksc@cdmsmith.com Attendees -Doug Wasik, CLW Water Group, dougw@clw-water.com -Adam Foster, Felix Construction, txestimating@felixconstruction.com -Nathan Ihle, Gupta & Associates Inc, nihle@gaiconsulting.com -Glen Dale, Red Group, gdale@red.group -Eduardo Garcia, Smith Pump Company, Eduardog@smithpump.com -Ken Graves, Gracon Construction, kgraves@gracon.biz -Ray Whisenhunt, Alterman, ray.whisenhunt@goalterman.com -Shane Keil, Smith Pump Company, shanek@smithpump.com -Bradley McDaniel, ACME Electric, bmcdaniel@acmeelect.com 2 ▬Receipt of Bids Electronic bids for the construction of WESTSIDE WTP (WTP) 24-MGD EXPANSION PROJECT, CITY PROJECT NO. 102052 (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, September 25, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM U.S. Central Time at New City Hall (NCH); Room MZ10_12, 100 Fort Worth Trail, Fort Worth, TX 76102. ▬Bidding Procedures and Requirements -David Vallejo explained the requirements for bid submittal, the importance of the Pre- qualifications Statement and explanation of the prequalification form process. Plans/Contract Documents available on Bonfire: https://fortworthtexas.bonfirehub.com/projects/198980/publicFiles Contractors must indicate intent to bid on Bonfire to be able to submit a bid to the City. Indicate intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. Intent to Bid due before or on the Bid Submittal date (September 25, 2025 2:00 P.M.) Questions shall be submitted on or before 2 pm on Mon., Sept. 22, 2025. Questions received after that time may not be responded to. Documents Required in Bid Submittal (electronic through Bonfire, .pdf format) -Conflict of Interest Statement (00 35 13) -Bid Form (00 41 00) -Proposal Form (00 42 43) (.xlsx format) with Total Bid Amount -Bid Bond (00 43 13) -Vendor Compliance to State Law Non-Resident Bidder (00 43 37) -Prequalification Statement (00 45 12) -Prequalification Application (00 45 13), 7 days prior to bid opening date if not previously pre-qualified -Acknowledgement of Addenda on Bid Form Bidder Pre-Qualifications (Section 00 45 11) -A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification (as listed in Section 00 45 12, Prequalification Statement) prior to submitting bids. -Submit Pre-Qualification Application at least 7 calendar days prior to bid opening to: John Kasavich, PE Electronically: john.kasavich@FortWorthTexas.gov 3 Hard Copy: Fort Worth Water Department Engineering and Fiscal Services Division 100 Fort Worth Trail, Fort Worth Texas, 76102-6212 ▬Brief Overview of Project -David Vallejo gave a description of the Scope of Work and MOPO/Construction Sequencing, as shown on the attached PowerPoint slides. Summary of Work -Section 01 11 00 (detailed summary) Construction Sequencing/MOPO -Section 01 35 13.24, Special Procedures for MOPO and Sequence of Construction Bid Proposal -David Vallejo explained the importance of filling out bid and proposal forms correctly. Construction Schedule -Substantial Completion: 390 days -Final Completion: 430 days -David Vallejo noted that due to the timing of the anticipated construction contract notice to proceed, the period allowed in the Bid Documents for facility shutdowns (Nov. 1 through Mar. 31) will likely need to occur in the fall 2026 / winter 2027. The Owner is evaluating extending the Work completion time and changes will be included in Addendum No. 2. Estimated OPCC -$12. 5M to $13.5M ▬Future Addenda Addendum No. 2 will include -Notes and questions/responses from this conference -Adjustment to Contract Times -Plan Holders list -September 22nd 2pm CST is the cutoff time for Questions. Addendum No. 2 will be issued after this time and will include responses to Questions that were submitted between the time Addendum No. 1 was issued and the above cutoff time. ▬Questions -Bijay Upreti (COFW) noted no MWBE or SBE requirements for this project. -Bijay Upreti (COFW) noted that bidders must log into Bonfire and select “Yes” on “Intend to BID”. -No questions by attendess. 4 ▬Adjourn Westside WTP 24-MGD Expansion Scope of Work and Construction MOPO 09/16/2025 Pre-Bid Meeting 2 Scope Item: 3 ▬Addition of two (2) ozone sidestream venturi injection (SVI) pumps, one serving each existing flash reactor and ozone contact basin, and associated interconnection piping and venturi injectors. MOPO Requirements: ▬Interconnection of ozone SVI pumps will require removing an ozone contact basin out of service. ▬Only one ozone contact basin may be removed from service at a time. The other ozone contact basin must remain in service. ▬Ozone SVI pump discharge piping interconnection work shall be performed between November 1 and March 31 to maintain adequate treatment capacity Scope Item: 4 ▬Leveling of the existing plate settlers effluent control weirs at the three existing sedimentation basins. MOPO Requirements: ▬Cleaning and leveling of the plate settler effluent control weirs in the sedimentation basins will require removing a sedimentation basin out of service. ▬Only one sedimentation basin may be removed from service at a time. The other two sedimentation basins must remain in service. ▬Plate settler effluent control weir leveling work shall be performed between November 1 and March 31 to maintain adequate treatment capacity. Scope Item: 5 ▬Installation of new filter underdrains, support gravel, anthracite media, backwash troughs, associated piping, valves and appurtenances, and instruments, and other facilities necessary for putting Filter No. 6 into operation. MOPO Requirements: ▬Filter piping interconnections and electrical/instrumentation work may require short shutdowns of the filters to make connections. ▬Contractor shall limit these shutdowns to maximum periods of four hours coordinated with the Owner. Scope Item: 6 ▬Interconnection of new Rack No. 6 and Rack No. 7, furnished and assembled by the Owner, to the existing membrane system, installation of the necessary plant piping to interconnect these racks to the existing pipe headers, and integration of the additional racks to the existing plant SCADA system. ▬Extension and integration of existing Rack Nos. 1 through 4 to add framing, piping, and modules furnished and assembled by City. ▬Replacement of existing feed and filtrate piping that serve the existing Rack No. 5 with larger diameter piping. MOPO Requirements: ▬Interconnection of new racks by Contractor will require interconnections to the individual rack feed and filtrate piping and ancillary systems piping, to the plant electrical power, and to the membrane control system. These connections will require limited shutdowns to system operation, power, and controls. ▬Contractor shall limit these shutdowns to maximum periods of four hours coordinated with the Owner. These shutdowns shall be performed between November 1 and March 31 Scope Item: 7 ▬Addition of two high-service pumps (High-Service Pump #s 3 and 6) to fill the two empty pump slots at the pump station, and relocation and replacement of the existing surge relief valve at the high-service pump station. MOPO Requirements: ▬Interconnection of the suction and discharge piping of the proposed high-service pumps HS-P-003 and HS-P- 006 to the existing suction and discharge pipe headers will require a shutdown of facilities serving either of pressure planes WS-3 or WS-4. ▬Interconnection of the relocated and replaced surge relief valve from the south end of the WS-4 pipeline header to its north end within the pump station building will require a WS-4 transmission line shutdown. ▬Contractor shall limit these shutdowns to maximum periods of four hours coordinated with the Owner. These shutdowns shall be performed between November 1 and March 31. Scope Item: 8 ▬Modifications to the existing sodium hypochlorite feed system at the Chemical Feed Room to add a third bulk chemical storage tank and relocate and replace the existing chemical feed pumps and piping from their current location to a new feed pump skid. ▬Modifications will also include raising the foundation level of the two existing sodium hypochlorite tanks. MOPO Requirements: ▬Demolition of existing facilities and installation of modifications will require an extended facility shutdown (between November 1 and March 31). During this shutdown, Contractor shall provide all necessary temporary improvements to feed 12.5% sodium hypochlorite. ▬Once all improvements are installed, switching the chemical feed system from the existing chemical feed pumps to the new proposed feed pump skid, including piping interconnections will require a facility shutdown. Contractor shall limit this shutdown to a maximum period of four hours. Contractor shall install and prepare all new piping to the connection points in advance to limit duration of facility shutdown. ▬The existing bulk storage tanks need to be removed and reinstalled to allow their foundation level to be raised. These tanks shall be removed and reinstalled on their respective raised foundation prior to installation of the new proposed third tank. Scope Item: 9 ▬Modifications to the existing sodium hydroxide (caustic) feed system to replace the existing storage tank located outdoors with a new larger tank and separate the secondary containment area for this tank from that of the adjacent tanks.. MOPO Requirements: ▬Demolition of existing facilities and installation of modifications will require a relatively extended facility shutdown (between Nov. 1 and March 31). During this shutdown, Contractor shall provide all necessary temporary improvements to feed 50% sodium hydroxide solution. ▬Once all the required improvements are installed, switching the chemical feed system from the temporary chemical storage tank to the permanent tank, including interconnection of chemical lines will require a facility shutdown. Contractor shall limit this shutdown to a maximum period of four hours coordinated with the Owner. Scope Item: 10 ▬Upgrades to the existing Chemical Building PLCs. ▬All other work shown on the Drawings and Specifications MOPO Requirements: ▬Upgrades to the existing Chemical Building PLCs will require a facility shutdown. Contractor shall make these upgrades and plan for the above shutdown to occur at the same time the relocation of the sodium hypochlorite feed pumps is performed so there is a single WTP shutdown for all this work. Scope of Work and Construction MOPO listen. think. deliver. ADDENDUM NO. 3 ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE 24 MGD EXPANSION City Project No. 102052 Addendum No. 3 Issue Date: September 24, 2025 Bid Opening Date: October 2, 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. Procurement and Contracting Requirements / General Requirements / Process Mechanical Instrumentation and Controls David F. Vallejo, PE L Tien (Bill) Dang, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 Gupta & Associates Inc. TBPE Firm Registration No. F-2593 DRAWINGS 1. Sheet G-10_PIPE SCHEDULE o MODIFY row that provides design criteria for AIR SCOUR FOR FILTERS & AIR SCRUB TO MEMBRANES as follows: ·Change design criteria provided in Column 6 (Schedule) from “SCH 10” to “See Section 40 05 23”. o MODIFY row that provides design criteria for CHEMICAL STORAGE AND FEED AREAS as follows: ·Change design criteria provided in Column 12 (Hardware) from “TITANIUM” to “TITANIUM for SHC. 316 SS for CS/CSR”. o MODIFY row that provides design criteria for RAW WATER - SVI PUMP SUCTION as en 09/23/2025 ADDENDUM NO. 3 ADDENDUM NO. 3 follows: ·Replace design criteria provided in Columns 5 (Pipe Material) through 13 (Gaskets) with the same design criteria originally listed for RAW WATER -SVI PUMP DISCHARGE AT SVI GALLERY, which corresponds to AWWA C200 STL (Steel) pipe. o MODIFY row that provides design criteria for RAW WATER - SVI PUMP DISCHARGE AT SVI GALLERY as follows: ·Replace design criteria provided in Columns 5 (Pipe Material) through 13 (Gaskets) with the same design criteria listed for OZONE SVI SOLUTION DISCHARGE LINES, which corresponds to 316L SST (CLEANED FOR O2/O3) (Stainless Steel) pipe. 2. Sheet M-11_ OZONE SIDESTREAM INJECTION SYSTEM PROCESS, MECHANICAL AND INSTRUMENTATION DIAGRAM o MODIFY the Process Pipeline Callouts on the Raw Water - SVI Pump Discharge lines of both SVI pumps as follows: ·Revise the callouts from “4”-SVI-STL” to “4”-SVI-SST”. These pipelines need to be Stainless Steel. 3. Sheet ME-7_TEMPORARY CHEMICAL STORAGE AND FEED PLAN o MODIFY Note # 1 as follows: o Revise the second sentence to say “WORK RELATED TO CHEMICALS DEPICTED ON ME- SHEETS SHALL BE COMPLETED WITHIN THE TIME PERIOD FROM NOVEMBER 1 AND MARCH 31, AS SPECIFIED.” SPECIFICATIONS 1. Section 00 11 13_Invitation to Bidders o ADD a bullet after the 5th bullet under GENERAL DESCRIPTION OF WORK with the following language: ·“Extension of the existing Rack Nos. 1 through 4 to add framing, piping, and membrane modules furnished and assembled by City.” 2. Section 00 41 00_Bid Form o MODIFY Article 3.d as follows: ·Delete second sentence and keep the following text: “Applications Engineering (PLC and HMI Programming)” o MODIFY Article 4 as follows: ·Under Item 4.1, increase the time for the Work to be substantially complete to 520 days. ·Under Item 4.2, increase the time for the Work to be complete for Final Acceptance to 560 days. 3. Section 00 52 43_Agreement o MODIFY Article 4.1 as follows: ADDENDUM NO. 3 ADDENDUM NO. 3 a. Increase the time for the Work to be substantially complete to 520 days, and the time for the Work to be complete for Final Acceptance to 560 days. 4. Section 01 11 00_Summary of Work o MODIFY Article 1.4.A.6.d.2) as follows: ·Replace text with the following text: “Extension of the existing Rack Nos. 1 through 4 to add framing, piping, and membrane modules (4 modules per existing membrane rack) furnished and assembled by City.” 5. Section 40 61 00_Process Control and Enterprise Management System General Provisions o DELETE Appendix 40 61 00-A_Instrument List altogether. The required instruments, their locations, and types are shown on the Process Mechanical and Instrumentation Diagrams in the Drawings. 6. Section 40 73 00_Differential Pressure Instrumentation o MODIFY Article 2.06.A.3.l as follows: ·Replace text with the following text: “Range: 0 psi to Design Test Pressure indicated on Sheet G-10_Pipe Schedule, Column 15, rounded up to the nearest 50 psi.” 7. Section 43 23 41_End Suction Pumps o MODIFY Article 2.2.D.13 as follows: ·Replace text with the following text: “Motor Operating Speed: 1,800 rpm.” VENDOR QUESTIONS 1. Is there a plan holder's list available? (similar question from 3 vendors) ·The plan holder’s list has been published under the Messages/Public Notices tab of the Project’s site in Bonfire and can be downloaded from there. 2. Section 43 23 41 End Suction Pumps - Item 2.2.D.12 and 13. Please confirm Pump and Motor operating speed. ·The pumps specified in Section 43 23 41_End Suction Pumps are constant speed and their design and motor operating speeds are 1,800 rpm. See Specification addendum item above with the necessary correction. 3. SVI Pump Suction Line Material - Sheets MB-1, MB-3 call for the SVI pump suction Raw Water lines to be carbon steel. Pipe schedule on sheet G-10 call for the suction lines to be ductile iron. Please clarify if the lines are to be carbon steel or ductile iron. ·The SVI pump suction lines are meant to be carbon steel, not ductile iron. See Drawing addendum item above with the necessary correction. 4. PLC and HMI Programming - Please clarify the requirement of HSQ to be sole sourced for programming as stated in 00 41 00 3 d. Specification 40 61 00 1.01 C states that Owner is in the process of transitioning from HSQ Miser to Ignition and that PCSI/AESS is responsible for programming work. ·The referenced requirement for sole-sourcing HSQ is incorrect. As indicated in Article 1.06.F of Specification Section 40 61 00, both Prime Controls LP and Red Group are ADDENDUM NO. 3 ADDENDUM NO. 3 listed as acceptable PCSS/AESS. See Specification addendum item above with the necessary correction. 5. Pressure Gauges - Pressure gauge ranges were not located in the specifications. Please provide the required ranges. ·An Instrumentation List is not provided for this Project. See Specification addendum item above with the necessary correction and pressure gauge range. 6. Piping System Materials - Piping System Materials on sheet G-10 have differences from the specifications. One example is LPA that is noted to be 316 schedule 10 pipe on the Piping System Materials and is noted to be 316 schedule 40 for sizes 8’ and smaller and schedule 10 for sizes 10” and larger. Please clarify if the Piping System Materials or specifications should be followed. ·See Drawing addenda items above for corrections to the originally shown pipe materials for the discrepancies pointed out in these questions and other discrepancies discovered as of the time Addendum No. 2 was issued. In general, for all discrepancies, note that per Article SC-3.03B.2 of the Supplementary Conditions, Plans govern over Specifications and Specifications shall govern over standard details. 7. Prebid meeting - Will you be posting the Prebid meeting recorded video? ·No, the Pre-bid meeting recorded video will not be provided. 8. Temporary Chemical Feed Sheet ME-7 - Per notes on Sheet ME-7, the Tempory Chemical Feed for CS & SHC System shall be installed and operating before demo work on the existing systems. The dates are 11-1-2025 thru 3-31-2026. Addendum #1 states the NTP is anticipated to be issued between December 2025 and January 2026. The dates are not correct as the system will not be submitted and approved and delivered before March 2026. No equipment except possible leveling of weirs could be performs in the first shutdown period. The days to complete this project should include shutdown periods between Nov. 2026 thru March 2027. I believe a second second shutdown period Nov 2027 and March 2028.will be required to complete all work in this contract per restrictions. This would require extra 425 calendar days. Please advise. ·The times for the Work to be substantially complete and to be complete for Final Acceptance have been increased to 520 days and 560 days, respectively. This will include enough time for a shutdown between November 1, 2026 and March 31, 2027 and at least two months after the above period for any remaining startup and commissioning activities. See Specification addendum items above with the necessary corrections. Due to growing demands in the Westside WTP service area, the additional capacity provided by this Project is needed before the summer of 2027 and a second shutdown period in the fall 2027 / winter 2028 is not in line with this need. Further, in the opinion of the Engineer, 18 months of construction should be sufficient for completion of the relatively limited scope of this Project, which includes mostly equipment and piping. Note that all preparatory work that can be done before a shutdown is required should be planned for completion between the Project’s notice to proceed and October 31, 2026, including securing approved submittals, delivery and setup of the temporary chemical tanks, and installation of temporary piping. 9. Chemical Feed Temporary System - Sheet ME-7 - Temporary Chemical Feed - Please clarify who is responsible to operate the Temporary System and supply the chemical needed during the shutdown period? ADDENDUM NO. 3 ADDENDUM NO. 3 ·As indicated on the Drawings and Specifications, the Contractor is responsible for providing and maintaining in adequate functioning condition the Temporary Chemical Feed Systems. The Owner will use and operate these systems and supply the chemicals. The Contract Documents do not require operation or chemical refills by the Contractor. 10. Flange Hardware Materials - Piping System Materials on sheet G-10 have differences from the specifications. One example is for hardware for ductile iron systems noted to be 316 stainless steel on sheet G-10 and specification 400519 calls out for carbon steel. Another example is hardware for chemical systems SHC/CS/CSR noted to be Titanium on sheet G-10 and specification 400531 calls out for 316 stainless steel. Please clarify if the Piping System Materials or specifications should be followed. ·In relation to the hardware for Ductile Iron (DI) pipe for use with RAW WATER-SVI PUMP SUCTION service, note that use of DI pipe has been changed to carbon steel by one the Specification addendum items listed above. Per Section 40 05 24_Steel Process Pipe, all flange hardware shall be Type 316 SS, as specified on the Pipe Schedule in Sheet G-10 for AWWA C200 STL (carbon steel) pipe. ·In relation the hardware for chemical systems SHC/CS/CSR, see the Drawing addendum item listed above. ·In general, for all discrepancies, note that per Article SC-3.03B.2 of the Supplementary Conditions, Plans govern over Specifications and Specifications shall govern over standard details. 11. Coating - We’ve never provided a Tnemec Series 61 on top of aluminum before on the aluminum Crossover Stair (ME-2, ME-3, ME-4, SE-1, SE-2). See specs 055000-12. Can you please confirm this is the correct coating. ·During design, this application was consulted with Tnemec and they confirmed that Series 61 may be used on any metal substrate within chemical containment areas for protection against the chemical compounds. Provide as specified. 12. Bid Date – Extension – Is it possible to push out the bid date? ·The bid date has been postponed by Addendum No. 2. Bids shall be submitted electronically by 2:00 P.M. CST, Thursday, October 2, 2025. 13. Spec 400565.33/Part 2/Section 2.1 Rubber Flapper Check Valves - Can Pratt be named as an alternate as we adhere to the specifications? ·Requests for Substitutions are not accepted during the bid phase. Per Section 01 25 00_Subtitution Procedures, any requests for substitutions will be considered within 30 days after award of the construction Contract. 14. Medium Volage Gear - The additional medium voltage gear shown on this project appears to have a 90 week lead time. We would request an extension of the completion date in order to get this work done. ·The times for completion of the Work have been extended by 130 days as indicated on the Specification addenda items listed above. Per conversations with electrical gear vendors, it is the Engineer’s understanding that the lead time for the type of MV motor starters included in this project is 50 - 60 weeks. All other terms and conditions remain unchanged. ADDENDUM NO.3 P, -) /- '- " "."'Y-49/23/7025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME; . SIGNATURE: NOTE; Company name and signature must be the salve as orl the original bid documents, Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.3 00 05 15 - 1 ADDENDA CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 SECTION 00 05 15 ADDENDA [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 2019, WSM-H Revised 2/08/24 CITY PROJECT NO. 102780-1 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of WESTSIDE WTP (WTP) 24-MGD EXPANSION PROJECT, CITY PROJECT NO. 102052 (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, September 25, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM U.S. Central Time at New City Hall (NCH); Room MZ10_12, 100 Fort Worth Trail, Fort Worth, TX 76102. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 2019, WSM-H Revised 2/08/24 CITY PROJECT NO. 102780-1 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: -Addition of two (2) ozone sidestream venturi injection (SVI) pumps, one serving each existing flash reactor and ozone contact basin, and associated interconnection piping and venturi injectors. -Leveling of the existing plate settlers effluent control weirs at the three existing sedimentation basins. -Installation of new filter underdrains, support gravel, anthracite media, backwash troughs, associated piping, valves and appurtenances, and instruments, and other facilities necessary for putting Filter No. 6 into operation. -Interconnection of two additional membrane racks, Rack No. 6 and Rack No. 7, furnished and assembled by the Owner, to the existing membrane microfiltration system, installation of the necessary plant piping to interconnect these racks to the existing pipe headers, and integration of the additional racks to the existing plant Supervisory Control and Data Acquisition (SCADA) system. -Replacement of existing feed and filtrate piping that serve the existing Rack No. 5 with larger diameter piping as shown on the Drawings. -Addition of two high-service pumps (High-Service Pump #s 3 and 6) to fill the two empty pump slots at the pump station, and relocation and replacement of the existing surge relief valve at the high-service pump station. -Modifications to the existing sodium hypochlorite feed system at the Chemical Feed Room to add a third bulk chemical storage tank and relocate and replace the existing chemical feed pumps and piping from their current location to a new feed pump skid. Modifications will also include raising the foundation level of the two existing sodium hypochlorite tanks. -Modifications to the existing sodium hydroxide (caustic) feed system to replace the existing storage tank located outdoors with a new larger tank and separate the secondary containment area for this tank from that of the adjacent tanks. -Electrical and instrumentation improvements associated with the above modifications. -All other ancillary work shown on the Drawings and/or indicated on the Specifications. Plant operations shall be maintained uninterruptedly throughout completion of the above work. 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. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 2019, WSM-H Revised 2/08/24 CITY PROJECT NO. 102780-1 EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE – Web Conference A non-mandatory prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: September 16, 2025 TIME: 9:30 AM LOCATION: Web Conference Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest and chose to attend via web conference. 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. FUNDING No funding requirements exist for this Contract in addition to the requirements stated elsewhere in this Specifications and the Drawings. ADVERTISEMENT DATES August 20, 2025 August 27, 2025 END OF SECTION 00 21 13 - 1 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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/ 3.1.1. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%20Sanitar y%20Sewer%20Contractor%20Prequalification%20Program/WSS%20prequal%20require ments.pdf 00 21 13 - 2 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications are not required for this project. 4.Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 00 21 13 - 3 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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. 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. 00 21 13 - 4 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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. 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. 00 21 13 - 5 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 non-mandatory prebid conference an site visit 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 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. 00 21 13 - 6 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 11.Subcontractors, Suppliers and Others 11.1. 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. 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 00 21 13 - 7 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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. 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 - 8 INSTRUCTIONS TO BIDDERS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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. The City reserves the right to evaluate and award based on any base bid options. 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. 17.9. The Contractor shall provide a minimum of two (2) year warranty for the entire project. 18.Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 13 - 1 CONFLICT OF INTEREST AFFIDAVIT CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf CIQ Form does not apply. CIQ Form is on file with City Secretary. CIQ Form is being provided to the City Secretary. CIQ Form does not apply. CIS Form is on File with City Secretary. CIS Form is being provided to the City Secretary. BIDDER: By: ___________________________________ (Printed Name) ______________________________________ (Signature) Title: __________________________________ (Printed Title) Date: __________________________________ END OF SECTION Ryan Koontz General Manager 9/23/2025 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 THIS PAGE INTENTIONALLY LEFT BLANK. 00 41 00 - 1 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: Units/Sections: 1. Enter Into Agreement 2. BIDDER Acknowledgements and Certification 2.1 2.2 2.3 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6 a. b. c. d. "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. "fradulent 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. "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. "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. 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 notifcation 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 Bidder has not engaged in corrupt, fradulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: SECTION 00 41 00 BID FORM 102052 Westside WTP 24-mgd Expansion N/A 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 41 00 - 2 BID FORM 3. Prequalification a. b. c. d. HSQ Technology, Inc. (no others will be acceptable) 4. Time of Completion 4.1 The Work will be substantially complete within 390 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2 The Work will be complete for Final Acceptance within 430 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a.This Bid Form, Section 00 41 00 b. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non-Resident Bidder, Section 00 43 47 e. Prequalification Statement, Section 00 45 12 f. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary g. and Section 19 of the Instruction to Bidders for TWDB forms to be submitted with Bids. 6. Total Bid Amount 6.1 6.2 6.3 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Water Treatment Facilities Bidders shall select either Bid Item 7A or 7B or both. City reserves the right to evaluate and award based on any of the base bid options. _______________________________________ Any additional documents that may be required by Section 12 of the Instruction to Bidders 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. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions Electrical Instrumentation and Control Applications Engineering (PLC and HMI Programming) - To be sole-sourced to Total Bid 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. Bidder will complete the Work in accordance with the Contract Doucments 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 41 00 - 3 BID FORM 7. Bid Submittal _____________________ by the entity named below. (Date) Respectfully submitted, By: ___________________________________________ ___ ______________________________________ Title: _________________________________ Company: _________________________________Corporate Seal: Address: _________________________________ _________________________________ _________________________________ State of Incorporation: Email: Phone: END OF SECTION (Signature)Addendum No. 2: Addendum No. 3: Addendum No. 4: Receipt is acknowledge of the following Addenda:Initial Addendum No. 1: This bid is submitted on (Printed Name) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 2530 S 52nd Ave Phoenix, AZ 85043 9/25/2025 RK Ryan Koontz General Manager Felix Construction ryank@felixconstruction.com 469.458.0011 Arizona RK RK CORPORATION EVIDENCE OF AUTHORITY The following individuals are authorized to execute, sign, and submit proposals, pay applications, contracts, contract amendments, change orders, subcontracts, and contract bonds on behalf of the corporation, Felix Construction Company per Corporate Resolution via Board Meeting in October 2021 until revoked. 1.Archie Lopez President      (Print Name)         (Signature)       (Title)  2.David Giannetto  Vice President        (Print Name)         (Signature)       (Title)  3.Matt Phillips Vice President        (Print Name)         (Signature)       (Title)  4.Kevin Felix Corp Secretary        (Print Name)         (Signature)       (Title)  5.Joel Felix Treasurer      (Print Name)         (Signature)       (Title)  6.Zach Foster General Manager       (Print Name)         (Signature)       (Title)  7.Ryan Koontz  Sr. Project Manager       (Print Name)         (Signature)       (Title)  CEO General Manager 00 41 00 - 4 BID FORM THIS PAGE INTENTIONALLY LEFT BLANK. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 42 43 - 1 BID PROPOSAL 1 Furnish and install two (2) additional ozone sidestream venturi injection (SVI) pumps, one serving each existing flash reactor and ozone contact basin, and associated interconnection piping and venturi injectors LS 1 $1,250,000.00 $1,250,000.00 2 Perform leveling of the existing plate settlers effluent control weirs at the three existing sedimentation basins LS 1 $950,000.00 $950,000.00 3 Furnish and install new filter underdrains, support gravel, anthracite media, backwash troughs, associated piping, valves and appurtenances, and instruments, and other facilities necessary for putting Filter No. 6 into operation LS 1 $900,000.00 $900,000.00 4 Interconnect two additional membrane racks, Rack No. 6 and Rack No. 7, furnished and assembled by the Owner, to the existing membrane microfiltration system and furnish and install the necessary plant piping to interconnect these racks to the existing pipe headers. LS 1 $1,000,000.00 $1,000,000.00 5 Furnish and install replacement of existing feed and filtrate piping that serve the existing Rack No. 5 with larger diameter piping as shown on the Drawings LS 1 $70,000.00 $70,000.00 6 Furnish and install two additional high-service pumps (High-Service Pump #s 3 and 6) to fill the two empty pump slots at the pump station, and relocate and replace the existing surge relief valve at the high-service pump station. LS 1 $2,346,000.00 $2,346,000.00 7 Furnish and install modifications to the existing sodium hypochlorite feed system at the Chemical Feed Room to add a third bulk chemical storage tank, including relocation of a ventilation duct and fan that conflict with the tank, relocate and replace the existing chemical feed pumps and piping from their current location to a new feed pump skid, raise the foundation level of the two existing sodium hypochlorite tanks, and provide a temporary feed system to maintain plant operations. LS 1 $850,000.00 $850,000.00 8 Furnish and install modifications to the existing sodium hydroxide (caustic) feed system to replace the existing storage tank located outdoors with a new larger tank, separate the secondary containment area for this tank from that of the adjacent tanks, and provide a temporary feed system to maintain plant operations LS 1 $675,000.00 $675,000.00 9 Electrical and instrumentation improvements associated with all the above improvements as shown in the contract documents, including integration of the additional membrane filtration racks to the existing plant Supervisory Control and Data Acquisition (SCADA) system. LS 1 $5,500,000.00 $5,500,000.00 10 Construction Allowance LS 1 $100,000.00 $100,000.00 $13,641,000.00 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bid Value Total Bid END OF SECTION Bidlist Item No.Description Unit of Measure Bid Quantity Unit Price CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 42 43 - 2 BID PROPOSAL THIS PAGE INTENTIONALLY LEFT BLANK. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Felix Construction Company , known as 0043 13 - 1 BID BOND "Bidder" herein and Travelers CasuaLty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (+%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment ol'which sum wcll and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these prescnls. WIIEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as: VCWRF Primary Clarifier Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the lentns of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States Uistrict Court for the Northern District of Texas, For Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 25th day of September , 2423. ATTEST' Witnesns Principal V�C--ton64 ,sOf& PRINCIPAL: Felix Construction Company BY: e V I-, 4" �.:/4-�J �i -- Name and Title CITY OF FORT WORTH Westside Water Treatment Plant 24 MOD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102052 August 2025 Wutes��s�to S S ani L.%u 004313-2 BID BOND Address: 403 International Pkwy, #500 Richardson,'1`7C 75081 SURETY: Travelers Casualty aq Surely CgWpany of Arnerica BY: Signa u ^ Andrew Darr, Auer trey -An -Fail Name and Title • Address: One Tower Square Hartford, CT 06183 , Telephone Number.- (480) 968-0100 CBI Bonding, Inc. Bond .Agent Attach Power of Attorney (Surety) for Attorney -in -Fact *Note, If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date ofthe bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY 011 FORT WORTH Wastside Wnter'1'rentnient Nam 24 MOD Expansion Prolecl STANDARD C0NS'rR1J r10N SPFC.1FICA'r1ON DOCUMENTS City Project No, 102052 August 2025 AW TRAVELERS) SURETY BOND ELECTRONIC SIGNATURE & SEAL ADDENDUM TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Travelers Casualty and Surety Company of America ("Travelers") has authorized its Attorneys -in -Fact to utilize an electronic, facsimile, or digital signature (each an "Electronic Signature") to execute bonds on behalf of Travelers and has further authorized its Attorneys -in -Fact to attach this Addendum to any such bonds. Travelers hereby acknowledges and agrees that the attached bond executed by the Attorney -in -Fact on behalf of Travelers with an Electronic Signature shall have the same force and effect as if executed by the Attorney -in -Fact with a wet ink signature. Travelers also hereby agrees that the seal below shall be deemed affixed to the attached bond to the same extent as if Travelers' raised corporate seal was physically affixed to the face of the bond. Dated this tst day of April, 2023. Travelers Casualty and Surety Company of America i WHrF4nD, �'• COW By. - Robert L. Raney, Senio ice President AW TRAVELERS) 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 Andraw Farr of Mesa Arizona , their true and lawful Attorney -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 WHI=REOP, the Companies have caused this Instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. �yW��try �F�ar eNo �� 0 9 } Y e HAfRFORD, 7 �� r rANN. 1�R. y Pd f M State of Connecticut By: City of Hartford ss. Robert L. Raney, SeMbr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 C This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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 ands 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, 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. Dated this 25th day of September 2025 yS �ry �, rr ruarFona 3 a CONN. coNN. W 4 41 'f � i evin E. Hughes, Assi�st'antSSecretary re verify the authenticity of this Power of Attorney. please caff us at 1-800-421-3880. Pleose refer to the above -named Attorney -in -Fact and the details of the bond to whlsh the power is attached 00 42 43 - 2 BID PROPOSAL THIS PAGE INTENTIONALLY LEFT BLANK. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 43 37 - 1 VENDOR COMPLIANCE TO STATE LAW A., our principal place of business, are B. By: Title: Date: SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER END OF SECTION (Signature) The principal place of business of our company or our parent company or majority owner is BIDDER: Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident’s principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. Nonresident bidders in the State of , our principal place of business, are not required to be statute is attached. Nonresident bidders in the State of percent lower than resident bidders by State Law. A copy of the in the State of Texas. required to underbid resident bidders. (Printed Name) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 Ryan Koontz General Manager 9/24/2025 Felix Construction Company Arizona 00 43 37 - 2 VENDOR COMPLIANCE TO STATE LAW THIS PAGE INTENTIONALLY LEFT BLANK. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 45 11 - 1 BIDDERS PREQUALIFICATIONS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1.Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted seven (7) days prior to the date of the opening of bids . Subcontractors must follow the same timelines as contractors 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. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a.A complete set of audited or reviewed financial statements. (1)Classified Balance Sheet (2)Income Statement (3)Statement of Cash Flows (4)Statement of Retained Earnings (5)Notes to the Financial Statements, if any b.A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, and Certificate of Limited Partnership Agreement). c.A completed Bidder Prequalification Application. (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2)The firm’s e-mail address and fax number. (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d.Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e.Other information as requested by the City. 2.Prequalification Requirements a.Financial Statements. Financial statement submission must be provided in accordance with the following: (1)The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 (2)To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3)The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4)Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5)The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6)The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7)The City reserves the right to require a new statement at any time. (8)The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9)The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10)In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b.Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1)In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2)A minimum of five (5) references of related work must be provided. (3)Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3.Eligibility for Award of Contract a.The City shall be the sole judge as to a contractor’s prequalification. b.The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c.The City will issue a letter as to the status of the prequalification approval. d.If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION 0045 12- 1 PREQUALIFICATION STATEMENT SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Treatment Facilities Felix Construction Company 4/30/2026 Electrical ACME Electrical Company 4/30/2026 Instrumentation and Control Prime Controls - per contract specifications Applications Engineering (PLC prime Controls - per contract specifications and HMI Programming) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: Ryan Koontz (Printed)qame) (signature) Title: General Manager Date: 11 /25/2025 CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 August 2025 00 45 12 - 2 PREQUALIFICATION STATEMENT END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS August 2025 Westside Water Treatment Plant 24 MGD Expansion Project City Project No. 102052 00 45 13 - 1 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 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 Dept - Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 3741 SW Loop 820, Fort Worth, Texas 76133 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving. 00 45 13 - 4 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 co py of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 PREQUALIFICATION APPLICATION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true state ment 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. 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102052. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Felix Construction Company Company 2000 Westridge Drive, Suite 104 Address Irving, TX 75038 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Ryan Koontz (Please Print) Signatutej Titl . eneral Manager (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Ryan Koontz , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Felix Construction Company for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24th day of November , 2025. Not�1y ituiblic in and for the State of Texas END OF SECTION VICTORIA SOTO 0. Notary Public, State of Texas Comm. Expires 03-20-2028 Notary ID 134814584 CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 00 45 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 THIS PAGE INTENTIONALLY LEFT BLANK. 00 45 40 - 1 BUSINESS EQUITY GOAL CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 May 2025 SECTION 00 45 40 BUSINESS EQUITY GOAL (NOT APPLICABLE) APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to this bid. BUSINESS EQUITY PROJECT GOAL The City's Business Equity goal on this project is <Insert project goal percentage>% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Applicable documents (listed below) must be submitted electronically with the other required bidding documents at the time of the bid under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities OR received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date with the respective Project via the Procurement Portal by responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders submit required documentation at the time of bid submission. The Offeror must submit one or more of the following documents: 1.Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2.Letter of Intent, for all M/WBE Subcontractors; 3.Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 4.Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 5.Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-Protégé participation. These forms can be accessed at: Business Equity Utilization Form and Letter of Intent 00 45 40 - 2 BUSINESS EQUITY GOAL CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 May 2025 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form_DVIN 2022 220324.pdf Letter of Intent https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 2021.pdf Business Equity Good Faith Effort Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort Form_DVIN 2022.pdf Business Equity Prime Contractor Waiver Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.pdf Business Equity Joint Venture Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint Venture_220225.pdf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on _NOVEMBER 11, 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 FELIX CONSTRUCTION COMPANY , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Westside Water Treatment Plant 24-MGD Expansion Citv Proiect No. 102052 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current fiends, of THIRTEEN MILLION, SIX HUNDRED FORTY-ONE THOUSAND AND 00/100 Dollars ($13,641.000.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be substantially complete within 520 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work shall be complete for Final Acceptance within 560 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 One Thousand Dollars ($1,000.00) 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. CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised August 18, 2025 00 52 43 - 2 AGREEMENT CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1.This Agreement. 2.Attachments to this Agreement: a.Bid Form 1)Proposal Form 2)Vendor Compliance to State Law Non-Resident Bidder 3)Prequalification Statement 4)State and Federal documents (project specific) b.Current Prevailing Wage Rate Table c.Insurance Certification Form (ACORD or equivalent) d.Payment Bond e.Performance Bond f.Maintenance Bond g.Power of Attorney for the Bonds h.Worker’s Compensation Affidavit i.MBE and/or SBE Utilization Form 3.General Conditions. 4.Supplementary Conditions. 5.Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 6.Drawings. 7.Addenda. 8.Documentation submitted by Contractor prior to Notice of Award. 9.The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a.Notice to Proceed. b.Field Orders. c.Change Orders. d.Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 00 52 43 - 3 AGREEMENT CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 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 Page6of6 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: (Printed Name) Address '}1oJ1r0b�-\� City/State/Zip City of Fort W01th By:� Jesica McEachern Assistant City Manager 12/05/2025 Date Jannette Goodall, City Secretary (Seal) M&C: 25-1049 Date: November 11 , 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. s�l��o.f!&t���� CST) Bijay Upreti, P.E. Sr. Professional Engineer Approved as to Form and Legality: -� Douglas Black (Dec 1, 2025 12:11:55 CST) Douglas W. Black Sr. Assistant City AttorneyAPPROVAL RECOMMENDED: c�ft!J(tfft!./::ae-r Christopher Harder, P.E. Director, Water Department CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102052 Revised August 18, 2025 SECTION 00 61 13 PERFORMANCE BOND 0061 13 - 1 PERFORMANCE BOND BOND NO. 108379466 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Felix Construction Company known as "Principal' herein and Travelers Casualty and Surety Company of America , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Thirteen Million, Six Hundred Forty -One Thousand and 00/100ths------- Dollars ($ 13,641,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 11th day of November , 20 25 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Westside Water Treatment Plant 24-MGD Expansion Project City Project No. 102052 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 0061 13-2 PERFORMANCE BOND IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the I Ith day of November .20 25 . ATTEST• Iz (Prir�ipal) Secretary Witness as to Principal Witt'ss to Saty Stephanie L. Bucholz PRINCIPAL: Felix Construction Comi)anv ignature Name and Title Address: 2000 Westridge Drive, Suite 104 Irvine, TX 75038 SURETY: Travelers Casualtv and Suretv Comvanv of America I c(4;) BY: C ,SignatureW.qGregory P. Griffith, Attorney-in-FactName and Title Address: One Tower Square Hartford, CT 06183 c/o CBI Bonding, Inc. Telephone Number: (480) 968-0100 Email Address: grepa)cbibondine.com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Wesiside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 0061 14 - 1 PAYMENT BOND SECTION 00 61 14 PAYMENT BOND THE STATE OF TEXAS § BOND NO. 108379466 § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Felix Construction Company known as "Principal" herein, and Travelers Casualty and Surety Company of America , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum Thirteen Million, Six Hundred Forty -One Thousand Of and 00/100ths------- Dollars ($ 13,641,000.00 1, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the IIth day of November 20 25 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Westside Water Treatment Plant 24-MGD Expansion Project, City Project No. 102052 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Weslside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 0061 14-2 PAYMENT BOND IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 11 th day of November 20 25 . PRINCIPAL: Felix Construction Company ATTEST- BYE%' ature (PridcIpal) Secretary Name and Title Address: 2000 Westridge Drive, Suite 104 Irvina, TX 75038 Witness as to Principal SURETY: Travelers Casualty and Surety Company of America ATTEST: BY: SignatureHr�1i,� �OONN. Greeory P. Griffith, Attorney -in -Fact (Surety) Secretary Name and Title Address: One Tower Square Hartford, CT 06183 des as to Stfrety c/o CBI Bonding, Inc. Stephanie L. Bucholz Telephone Number: (480) 968-0100 Etnail Address: greg@cbibonding.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 00 61 P) - I MAIN IIlNANCL BONI) Page I of 3 SECTION 00 61 19 2 MAINTENANCE. BOND BOND NO. 108379466 4 'I'llESTATE nh'I EXAS § 5 § KNONV ALL BY THESE PRESENTS: 6 COUNTY OFTARRANT § 7 That we _Felix Construction Company_i known as 8 "Principal" herein and Travelers Casualty and Surety _Comyany of America , a corporate surely (sureties, i f more than one) duly authorized to do business in the State ofTexas, known as "Surely" 10 herein (whether• one or more), are held and firmly bound unto the City of Port Worth, a municipal I I corporation created pursuant to the laws of the State of Fcxas, known as "City" herein, in the still 12 of 'THIRTEL,N MILLION, -SIX HUNDRED FORTY-ONE THOUSAND AND 00/100 Dollars 13 ($13.641.000.00), lawful money of the United States, to be paid in Port Worth, 'Tarrant County, 14 "Texas, For payment of which sum well and truly be made unto the City and its successors, we bind I5 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the I I th_ day of NOVEMBER, 2025, which Contract is hereby referred to and a made part hereol' 20 for all purposes as it' lolly set forth herein, to furnish all materials, equipment labor and other 21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 23 ►Ind designated as Westside Water'I'reatment Plant 24-MGD Expansion Project, City Project 24 No. 102052; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 Wl-IEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CI'IN, OF FOR 1 WOWI 11 IPe.mide Water Treonmenr Plant 2-1 A/(;U h.:eponsron Prq)e•c•1 S I ANI)ARI) CONSTRUC HON SITCH ICATION I)OCUNII;N I S C'iq• Prgjecl,,Va 102052 Revised Weember S, 2023 4 i 6 7 8 9 10 II 12 13 1-1 15 1e 17 18 19 0061 19-2 MAIN fI:NANCI: IION 1.) I'aee 2 of 3 NOW TII EREFORE, the condition ofthis obligation is such thal if Principal shall remedy any defective Work, for which limely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in fill force and efl'ec1. PROVIDED, HOWEVER, il' Principal shall flail so to repair or reconstruct Amy timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED hURTHER, that if any legal action be tiled on this Bond, venue shall lie in Tarrant County, 'Texas or the United States District COIII'l for the Northern District of" Texas, Fort Worth Division; and PROVIDED FURTHER, Ihat this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CH Y 01- 1 OR'IwOR III IPesrside IParer treatment Plus) 2.1 ;I1GI) Expansion Prolert S I ANDARI) CONS] RI I(" I ION SITC11-ICA'IION DOCUMENTS 0i.1-Project No. 102052 Ho i.cd December 8. 2021 2 3 4 5 6 7 8 9 I0 II 12 13 1-1 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 -12 0061 19-.3 MAINTLNANCIi IIONI) Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGN[M and SEALED this instrument by duly authorized agents and ol'licerS on this the 11th __ day of Novembgr , 2025 A'I I FST I Prn) pal) Secretary Witness as to Principal ATTFS'I (Surety) Secretary Witness as to Surety Nicholas S. Griffith PRINCIPAL: Felix CQnstrrution.Company BY- b lll'C `u}ITI'tN��(� iL R- Address: 2000 Westridge DriveSuite 104 Irving, TX 75038 St1RFTY: Travelers Casualty and Surety Company of America 131': (,� Sig tturc _Stephanie L. Bucholz, Attorney -in -Pact Namc and Titlew, Address: One Tower Square Hartford, CT 06183___ - c/o CBI Bonding, Inc. 'I clephone Number: _ (480) 968-0100 Email Address: ste h» anie@chihondingcnm "Note: If signed by an officer of the Surety Company, there must be on file it certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The (late of the bond shall not be prior to the (late the Contract is awarded. (•I I Y OI I'OR'IWOR I I 11estside 11'ater Treatntew Plant 2.1 A161) hxpanstatt Prayect S'I'ANI)AR1)CONSTRUC"P[ON SPI•.t'IFICA"PION DOCt1Ml:N'I"S 0t) Prgyect/Va. / 0205 2 Revised December 8.2023 TRAVELERS 1 SURETY BOND ELECTRONIC SIGNATURE & SEAL ADDENDUM TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Travelers Casualty and Surety Company of America ("Travelers' has authorized its Attorneys -in -Fact to utilize an electronic, facsimile, or digital signature (each an "Electronic Signature's to execute bonds on behalf of Travelers and has further authorized its Attorneys -in -Fact to attach this Addendum to any such bonds. Travelers hereby acknowledges and agrees that the attached bond executed by the Attorney -in -Fact on behalf of Travelers with an Electronic Signature shall have the same force and effect as if executed by the Attorney -in -Fact with a wet ink signature. Travelers also hereby agrees that the seal below shall be deemed affixed to the attached bond to the same extent as if Travelers' raised corporate seal was physically affixed to the face of the bond. Dated this 1st day of April, 2023. Travelers Casualty and Surety Company of America By: Robert L. Raney, Senio ice President Travelers Casualty and Surety Company of America A31111111116 Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surely 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 STEPHANIE L BUCHOLZ of MESA , Arizona , 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. �HaRy ,JT,ITYAHMO W )F�A,/yQe ur G'T wv o mCOW. 9 N. . ' rr+uun State of Connecticut City of Hartford ss. By: 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. IN WITNESS WHEREOF, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 NOIAIIY r"ZL10 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. Dated this 11th day of November , 2025 (00.0U'M',jITY AMp11Gr°ACONN. OGI1/01.A11. $ 1° CONN. u fL4 1,4 w Kevin E. Hughes, AssOoei tant Secretary To verify the authenticity of this Power of Attorney, please cal/ us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. 00 61 25 - 2 CERTIFICATE OF INSURANCE CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 THIS PAGE INTENTIONALLY LEFT BLANK. COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 33 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 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. However, the insurance afforded to such additional insured: 1.Only applies to the extent permitted by law; and 2.Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1."Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 3ROLF\1RMWZY31469225 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 33 12 19 2."Bodily injury" or "property damage" occurring after: a.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement you have entered into with the additional insured; or 2.Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. POLICY NUMBER:COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 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. 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. :KHUHUHTXLUHGE\:ULWWHQ&RQWUDFWRU$JUHHPHQW $OO/RFDWLRQVXQGHU:ULWWHQ&RQWUDFWRU$JUHHPHQW MWZY31469225 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 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; whichever is less. This endorsement shall not increase the applicable limits of insurance. POLICY NUMBER:COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 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; whichever is less. This endorsement shall not increase the applicable limits of insurance. :KHUHUHTXLUHGE\:ULWWHQ&RQWUDFWRU$JUHHPHQW $OO/RFDWLRQVXQGHU:ULWWHQ&RQWUDFWRU$JUHHPHQW MWZY31469225 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. 3ROLF\1RMWZY31469225 PCA 048 09 19 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. ADDITIONAL INSURED AND PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Designated Person(s) or Organization(s): A. SECTION II – COVERED AUTOS LIABILITY COVERAGE, paragraph 1. Who Is An Insured is amended to include the person(s) or organization(s) shown in the above Schedule as an additional “insured”, but only with respect to "accidents" arising out of your work while being performed for such person(s) or organization(s). B.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 policy's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to the “insured” person(s) or organization(s) shown in the above Schedule 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". All persons or organizations where required by written contract. POLICY NUMBER: MWTB31469325 POLICY NUMBER:COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. Any persons or organizations requiring a waiver of transfer of rights of recovery pursuant to the terms of any contract or agreement you enter into with such person or organization MWZY31469225 PCA 024 10 13 Page 1 of 1 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition is changed by adding the following: We waive any right of recovery we may have against the person(s) or organization(s) shown in the Schedule because of payments we make for injury or damage. This waiver applies only to the person or organization shown in the Schedule. All persons or organizations as required by contract or agreement 3ROLF\1RMWTB31469325 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 POLICY NUMBER: MWC 314691 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 BLANKET COVERAGE AS REQUIRED BY WRITTEN CONTRACT DATE OF ISSUE: © 1983 National Council on Compensation Insurance. INSURED COPY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1.A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2.The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits". 3.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4.The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. The projects as specified in the written contracts or agreements MWZY31469225 Page 2 of 2 CG 25 03 05 09 B.For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C.When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D.If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E.The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Felix Construction Company 00 61 25 - 1 CERTIFICATE OF INSURANCE CITY OF FORT WORTH Westside Water Treatment Plant 24 MGD Expansion Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 102052 August 2025 SECTION 00 61 25 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDAR D GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Ter ms............................................................................................................................... 1 1.02 Ter minology .................................................................................................................................. 6 Article 2 – Preliminar y Matters ......................................................................................................................... 7 2.01 Copies of Document s .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befor e Starting Constructio n ........................................................................................................ 8 2.05 Preconstructio n Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initia l Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8 3.01 Intent .............................................................................................................................................. 8 3.02 Reference Standard s...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Docu ment s ................................................................. 10 3.05 Reuse of Document s ................................................................................................................... 10 3.06 Electronic Dat a............................................................................................................................ 11 Article 4 – Availabilit y of Lands; Subsurface and Physica l Conditions; Hazardous Environmental Conditions ; Reference Point s........................................................................................................... 11 4.01 Availabilit y of Lands .................................................................................................................. 11 4.02 Subsurface and Physica l Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12 4.04 Underground Facilitie s ............................................................................................................... 13 4.05 Reference Point s ......................................................................................................................... 14 4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14 Article 5 – Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Suretie s and Insurer s ................................................................................................... 16 5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19 6.01 S upervisio n and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitut es and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royaltie s ........................................................................................................... 26 6.09 Per mit s and Utilitie s .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28 6.13 Recor d Docu ment s ...................................................................................................................... 29 6.14 Safet y and Protectio n .................................................................................................................. 29 6.15 Safet y Representative.................................................................................................................. 30 6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30 6.17 Emergencies and/o r Rectificatio n............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32 6.21 Indemnificatio n ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 34 6.24 Nondiscriminatio n....................................................................................................................... 35 Article 7 – Other Work at the Sit e................................................................................................................... 35 7.01 Related Work at Sit e ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnis h Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Ease ments; Report s and Test s................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on Cit y’s Responsibilities ....................................................................................... 37 8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37 8.09 Co mplianc e wit h Safet y Program............................................................................................... 37 Article 9 – City’s Observatio n Status During Constructio n ........................................................................... 37 9.01 City’s Projec t Manager ……...................................................................................................... 37 9.02 Visit s to Sit e ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations fo r Work Perfor med .......................................................................................... 38 9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38 10.01 Authorize d Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Executio n of Change Order s....................................................................................................... 39 10.04 Extr a Work .................................................................................................................................. 39 10.05 Notificatio n to Suret y.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantit y Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Test s and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 Cit y Ma y Stop the Work ............................................................................................................. 49 13.06 Correctio n or Remova l of Defective Work ................................................................................ 50 13.07 Correctio n Perio d ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51 Article 14 – Payment s to Contractor and Co mpletion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payment s ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partia l Utilizatio n ........................................................................................................................ 55 14.05 Fina l Inspectio n ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56 14.09 Waiver of Clai ms ........................................................................................................................ 57 Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57 15.01 Cit y Ma y Suspend Work............................................................................................................. 57 15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58 15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60 Article 16 – Disput e Resolutio n ...................................................................................................................... 61 16.01 Method s and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notic e .............................................................................................................................. 62 17.02 Co mputation of Times ................................................................................................................ 62 17.03 Cumulative Re medie s ................................................................................................................. 62 17.04 Surviva l of Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally capitalized or written in italics, but no t always. When used in a context consistent with the definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial capital letters in the Contract Document s include references to identified articles and paragraphs, and the title s of other document s or forms. 1.Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify, correct , or change the Bidding Requirement s or the proposed Contract Docu ments. 2.Agreement—The written instrument whic h is evidence of the agreement between Cit y and Contractor covering the Work. 3.Application for Payment—The for m acceptable to Cit y which is to be used by Contractor during the course of the Work in requesting progress or fina l payment s and whic h is to be acco mpanied by such supporting documentation as is required by the Contract Docu ments. 4.Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fiber s into the air above current actio n levels established by the United States Occupational Safety and Health Ad ministration. 5.A ward – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement. 6.Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the prices fo r the Work to be perfor med. 7.Bidder—The individual or entit y who submit s a Bid directly to City. 8.Bidding Documents—The Bidding Requirement s and the proposed Contract Documents (including all Addenda). 9.Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid security of acceptable for m, if any, and the Bid Form wit h any supplements. 10.Business Day – A business day is defined as a day that the Cit y conduct s normal business, generally Monda y throug h Friday, except fo r federal or stat e holidays observed by the City. 11.Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12.Change Order—A document , which is prepared and approved by the City, whic h is signed by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an adjustment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date of the Agreement. 13.City— The Cit y of Fort Worth, Texas, a ho me-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by it s governing body through it s City Manager, his designee, or agent s authorized under his behalf, each of whic h is required by Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts involving the Cit y of Fort Worth is by Charter vested in the Cit y Manager and is the entity wit h who m Contracto r has entered int o the Agree ment and for who m the Work is to be perfor med. 14.City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or his duly authorized representative. 15.City Council - The duly elected and qualified governing body of the Cit y of Fort Worth, Texas. 16.City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort Worth, Texas, or his duly authorized representative. 17.Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the Contract. A demand fo r money or services by a thir d part y is not a Contract Claim. 18.Contract—The entir e and integrated written document between the Cit y and Contractor concerning the Work. The Contract contains the Agreement and all Contract Document s and supersedes prio r negotiations, representations, or agreements, whether writte n or oral. 19.Contract Documents—Those items so designated in the Agreement . All ite ms listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments. 20.Contract Price—The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in accordance wit h the Contract Document s as stated in the Agreement (subject to the provisions of Paragrap h 11.03 in the case of Unit Pric e Work). 21.Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complet e the Work so that it is ready fo r Final Acceptance. 22.Contractor—The individual or entit y wit h whom Cit y has entered int o the Agreement. 23.Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24.Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a thir d party, Cit y or Contractor exclusive of a Contrac t Claim. 25.Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 26.Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27.Director of Parks and Community Services – The officiall y appointed Director of the Parks and Co mmunit y Services Depart ment of the Cit y 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 Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29.Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 30.Director of Water Department – The officiall y appointed Director of the Water Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31.Drawings—That part of the Contract Document s prepared or approved by Engineer which graphically shows the scope, extent , and character of the Work to be perfor med by Contractor. Submittals are no t Drawing s as so defined. 32.Effective Date of the Agreement—The dat e indicated in the Agreement on whic h it beco mes effective, but if no such dat e is indicated, it means the date on whic h the Agreement is signed and delivered by the las t of the two partie s to sig n and deliver. 33.Engineer—The licensed professional engineer or engineering fir m registered in the State of Texas performing professional services fo r the City. 34.Extra Work – Additiona l work made necessary by changes or alterations of the Contract Document s or of quantities or for other reasons for whic h no prices are provided in the Contract Documents. Extr a work shall be part of the Work. 35.Field Order — A written order issued by Cit y whic h requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36.Final Acceptance – The written notice give n by the Cit y to the Contractor that the Work specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37.Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance wit h the Contract Documents. 38.General Requirements—Sections of Division 1 of the Contract Documents. 39.Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantia l danger to persons or property exposed thereto. 40.Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or possesses one or more hazardous characteristics as define d in the federal wast e regulations, as amended fro m time to time. 41.Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and court s having jurisdiction. 42.Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or personal property. 43.Major Item – An Item of work included in the Cont ract Document s that has a total cost equal to or greater than 5% of the origina l Contract Price or $25,000 whichever is less. 44.Milestone—A principa l event specified in the Contract Document s relating to an inter mediate Contract Time prio r to Fina l Acceptance of the Work. 45.Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City will sig n and deliver the Agreement. 46.Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the Contract Time will commence to run and on whic h Contractor shall start to perform the Work specified in Contract Documents. 47.PCBs—Polychlorinated biphenyls. 48.Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit h other non-Hazardous Waste and crude oils. 49.Plans – See definitio n of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50.Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duratio n of the activities comprising the Contractor’s pla n to acco mplis h the Work within the Contract Time. 51.Project—The Work to be performed under the Contract Documents. 52.Project Manager—The authorized representative of the Cit y who will be assigned to the Site. 53.Public Meeting – An announced meeting conducted by the Cit y to facilitat e public participatio n and to assist the public in gaining an infor med vie w of the Project. 54.Radioactive Material—Source, special nuclear, or byproduct materia l as defined by the Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time. 55.Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thr u Frida y (excluding lega l holidays). 56.Samples—Physica l example s of materials, equip ment , or workmanship that are representative of so me portio n of the Work and whic h establish the standards by whic h such portio n of the Work will be judged. 57.Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirement s to support scheduled perfor mance 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 fo r reviewing Contractor’s Applications fo r Payment. 59.Site—Lands or areas indicated in the Contract Document s as being furnished by Cit y upon whic h the Work is to be performed, including rights-of-way, permits, and easement s for access thereto, and such other lands furnished by Cit y whic h are designated fo r the use of Contractor. 60.Specifications—That part of the Contract Document s consisting of written requirement s for materials, equipment , systems, standards and workmanship as applied to the Work, and certain administrative requirement s and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Document s by attachment or, if no t attached, may be incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each Project. 61.Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any othe r Subcontracto r fo r the perfor mance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62.Submittals—All drawings, diagrams, illustrations, schedules, and other data or information whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r to illustrat e so me portio n of the Work. 63.Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64.Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City makes an Award. 65.Superintendent – The representative of the Contractor who is available at all times and able to receive instructions fro m the Cit y and to act for the Contractor. 66.Supplementary Conditions—That part of the Contract Document s whic h amends or supplement s these General Conditions. 67.Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direc t contract wit h Contractor or wit h any Subcontracto r to furnis h materials or equipment to be incorporated in the Work by Contracto r or Subcontractor. 68.Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements containing such facilities , including but not limit ed to, those that convey electricity, gases, steam, liquid petroleu m products, telephone or other co mmunications, cable television, water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions fo r definition. 70.Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or lega l holiday, as approved in advance by the City. 71.Work—The entir e constructio n or the various separately identifiable parts thereo f required to be provided under the Contract Docu ments. Work includes and is the result of performing or providing all labor, services, and docu mentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment 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 Cit y fo r contract purposes, in whic h weather or other conditions not under the contro l of the Contractor will permit the performance of the principal unit of wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m. 1.02 Terminology A.The words and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in the Bidding Requirement s or Contract Documents, have the indicated meaning. B.Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1.The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In addition, the adjective s “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of lik e effec t or import ar e used to describe an actio n or deter minatio n of Cit y as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for co mpliance wit h the informatio n in the Contract Docu ment s and wit h the desig n concept of the Project as a functioning whole as shown or indicate d in the Contract Document s (unless there is a specific statement indicating otherwise). C.Defective: 1.The word “defective,” when modifying the word “Work,” refers to Work that is unsatis factory, faulty, or deficient in that it: a.does no t confor m to the Contract Documents; or b.does no t meet the requirement s of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c.has been damaged prior to City’s written acceptance. D.Furnish , Install, Perform, Provide: 1.The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the wor d “Supply,” or any co mbinatio n or similar directive or usag e thereof, shall mean furnishing and incorporating in the Work including all necessar y labor , materials, equipment, and everything necessar y to perform the Work indicated, unles s specifically limited in the context used. E.Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or constructio n industry or trade meaning are used in the Contract Document s in accordance wit h such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents Cit y shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upo n request at the cost of reproduction. 2.02 Commencement of Contract Time; 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 give n no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the dat e when the Contract Time commences to run. No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the Work. 2.05 Preconstruction Conference Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as specified in the Contract Docu ments. 2.06 Public Meeting Contractor may not mobilize any equipment , materials or resources to the Sit e prio r to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in accordance wit h the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A.The Contract Document s are co mple mentary; what is required by one is as binding as if required by all. B.It is the intent of the Contract Document s to describe a functionally co mplet e project (or part thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation, services, materials , or equip ment that reasonably may be inferred fro m the Contract Document s or fro m prevailing custo m or trad e usage as being required to produce the indicate d result will be provided whether or no t specifically calle d for, at no additional cost to City. C.Clarifications and interpretations of the Contract Document s shall be issued by City. D.The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n in varying degrees of streamlined or declarative style and so me sections may be relatively narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part s of a sectio n or articles within a part depending on the for mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in making Contract Claims. E.The cross referencing of specification sect ions under the subparagraph heading “Related Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification sectio n is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entir e Work under the Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is provided in each sectio n or whether or no t the cross referencing is complete. 3.02 Reference Standards A.Standards, Specifications, Codes, Laws, and Regulations 1.Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effec t at the time of opening of Bid s (or on the Effective Dat e of the Agreement if there wer e no Bids), except as may be otherwis e specifically stated in the Contract Docu ments. 2.No provisio n of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any dut y or authority to supervise or direc t the performance of the Work or any dut y or authority to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments. 3.03 Reporting and Resolving Discrepancies A.Reporting Discrepancies: 1.Contractor’s Review of Contract Documents Before Starting Work: Befor e undertaking each part of the Work, Contractor shall carefully study and compare the Contract Document s and check and verify pertinent figures therein agains t all applicable field measurement s and conditions. Contractor shall promptly report in writing to Cit y any conflict , error, ambiguity, or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Cit y before proceeding wit h any Work affected thereby. 2.Contractor’s Review of Contract Documents During Performance of Work: If, during the perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Document s and (a) any applicable Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not proceed wit h the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amend ment or supplement to the Contract Document s has been issued by one of the methods indicated in Paragraph 3.04. 3.Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Document s unles s Contractor had actual knowledge thereof. B.Resolving Discrepancies: 1.Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Document s shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Document s and the provisions of any standard , specification, manual, or the instruct ion of any Supplier (whet her or not specifically incorporated by reference in the Contract Documents). 2.In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A.The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in the Work or to modify the ter ms and conditions thereo f by a Change Order. B.The requirement s of the Contract Document s may be supplemented, and mino r variations and deviations in the Work not involving a change in Contract Pric e or Contract Time, may be authorized, by one or more of the following ways: 1.A Field Order; 2.City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3.City’s written interpretatio n 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 document s (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 thereo f on extensions of the Project or any other project without written consent of Cit y and specific written verification or adaptatio n by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B.The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the Contract. Nothing herein shall preclude Contractor fro m retaining copies of the Contract Docu ment s fo r record purposes. 3.06 Electronic Data A.Unles s otherwise stated in the Supplementary Conditions, the data furnished by Cit y or Engineer to Contractor, or by Contractor to Cit y or Engineer, that may be relied upon are limited to the printed copies included in the Contract Document s (also known as hard copies) and other Specifications referenced and located on the City’s on-line electronic document management and collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y between the electronic files and the hard copies, the hard copies govern. B. When transferring document s in electronic media for mat, the transferring part y makes no representations as to long term co mpatibility, usability, or readabilit y of document s resulting fro m the use of softwar e application packages, operating systems, or co mputer hardware differing fro m thos e used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A.Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of general application but specifically related to use of the Sit e wit h which Contracto r must co mply in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent structures or permanent changes in existing facilities. 1.The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y outstanding right -of-way, and/or easements. 2.The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocatio n of utilities or obstructions is anticipated in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding utilitie s or obstructions to be removed, adjusted, and/o r relocated by others. B.Upo n reasonable written request, Cit y shall furnish Contractor wit h a current statement of record lega l title and lega l descriptio n of the lands upo n whic h the Work is to be perfor med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C.Contractor shall provide fo r all additiona l lands and access thereto that may be required for constructio n facilities or storage of materials and equip ment. 4.02 Subsurface and Physical Conditions A.Reports and Drawings: The Supplementary Conditions identify: 1.t hose reports known to Cit y of explorations and test s of subsurface conditions at or contiguous to the Site; and 2.t hose drawings known to Cit y of physical conditions relating to existing surface or subsurface structures at the Sit e (except Underground Facilities). B.Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawing s are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1.the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of constructio n to be employed by Contractor, and safety precautions and programs incident thereto ; or 2.other data, interpretations, opinions, and informatio n contained in such reports or shown or indicated in such drawings; or 3.any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such othe r data, interpretations, opinions, or infor mation. 4.03 Differing Subsurface or Physical Conditions A.Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or revealed either: 1.is of such a nature as to establish that any “technica l data” on whic h Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2.is of such a nature as to require a change in the Contract Documents; or 3.differ s materially fro m that shown or indicated in the Contract Documents; or 4.is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and generally recognized as inherent in work of the character provided fo r in the Contract Docu ments; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 t hen Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition. B.Possible Price and Time Adjustments Contractor shall no t 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 co mmit ment to Cit y wit h respect to Contract Price and Contract Time by the submissio n of a Bid or beco ming bound under a negotiated contract ; or 2.the existence of such conditio n could reasonably have been discovered or revealed as a result of the examinatio n of the Contract Document s 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 infor matio n and data shown or indicated in the Contract Documents wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n and dat a furnished t o Cit y or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementar y Conditions: 1.Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such infor matio n or dat a provided by others; and 2.the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibilit y for: a.reviewing and checking all such infor matio n and data; b.lo cating all Underground Facilitie s shown or indicated in the Contract Documents; c.coordination and adjustment of the Work wit h the owners of such Underground Facilities, including City, during construction; and d.the safet y and protection of all such Underground Facilities and repairing any damage thereto resulting fro m the Work. B.Not Shown or Indicated: 1.If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in co nnectio n therewith (except in an emergency as required by Paragraph 6.17.A), identif y the owner of such Underground Facilit y and give notice to that owner and to City. Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to whic h a change may be required in the Contract Document s to reflect and document the consequences of the existence or locatio n of the Underground Facility. Contractor shall be responsible fo r the safet y and protection of such discovere d Underground Facility. 2.If Cit y concludes that a change in the Contract Document s 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 utilit y co mpanies a minimum of 48 hours in advance of constructio n including exploratory excavation if necessary. 4.05 Reference Points A.Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and preserve the established reference point s and property monu ments, and shall make no changes or relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify Cit y in advance and wit h sufficient time to avoid delays. B.Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will be deducted fro m payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A.Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known to Cit y relating to Hazardous Environment al Conditions that have been identified at the Site. B.Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawing s are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1.the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 co nstructio n to be employed by Contractor and safety precautions and programs incident thereto ; or 2.o ther data, interpretations, opinions and informatio n contained in such report s or shown or indicated in such drawings; or 3.any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such other data, interpretations, opinions or infor mation. C.Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified in the Contract Document s to be withi n the scope of the Work. Contractor shall be responsible fo r a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible. D.If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with such conditio n and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify Cit y (and pro mptly thereafter confirm such notice in writing). Cit y may consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective action, if any. E.Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any affected area until after Cit y has obtained any required per mit s related theret o and delivered written notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h such Work may be resumed. F.If after receipt of such written notice Contractor does no t agree to resume such Work based on a reasonable belie f it is unsafe, or does not agree to resu me such Work under such special conditions, then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own forces or others. G.To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for who m Contractor is responsible. Nothing in thi s Paragraph 4.06.G shal l obligat e Contractor to indemnif y any individual or entity fro m and against the consequences of that individual’s or entity’s own negligence. H.The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental Conditio n uncovered or revealed at the Site. City 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)