Loading...
HomeMy WebLinkAbout064641 - Construction-Related - Contract - Woody Contractors, Inc.CSC No. 64641 ���� ������ CONTRACT FOR THE CONSTRUCTION OF Water & Sanitary Sewer Replacements, Contract 2020 WSM-D City Project No. 103419 Mattie Parker Mayor Jay Chapa City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department August 2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX MAS Consulting Engineers LLC 101 Summit Avenue, Ste 1030 Fort Worth, TX 76102 (817) 708-2422 TBPE# 17018 :� ����� Q� r��9��� �*.'' � •.*} . •. � o'k• .............:..*.i ! ................ � I M. ANG�L SANCHEZ 1 t����: ....� 10254... .�.� , `�s ���4FSS�`E N S��•�,�r��'i � �bNa �'=� i���� ��� ����C� Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequaliiication Statement 00 45 13 Prequaliiication Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Business Equiry Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division Ol - General Requirements � O1 11 00 Summary of Work � O1 25 00 Substitution Procedures � O1 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � O1 32 33 Preconstruction Video � O1 33 00 Submittals � O1 35 13 Special Project Procedures � O1 45 23 Testing and Inspection Services � O1 50 00 Temporary Facilities and Controls � O1 55 26 Street Use Permit and Modifications to Traffic Control � O1 57 13 Storm Water Pollution Prevention Plan � O1 58 13 Temporary Project Signage � O1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � O1 70 00 Mobilization and Remobilization � O1 71 23 Construction Staking and Survey � O1 74 23 Cleaning � O1 77 19 Closeout Requirements � O1 78 23 Operation and Maintenance Data � O1 78 39 Project Record Documents Last Revised 07/O1/2011 07/O 1/2011 02/08/2024 O1/17/2024 02/24/2020 09/30/2021 O 1/20/2012 09/ 11 /2017 06/27/20ll 08/ 13/2011 09/30/2021 08/13/2021 07/O 1 /2011 03/07/2025 3/08/2024 12/08/2023 12/08/2023 12/08/2023 07/O 1 /2011 03/08/2024 03/08/2024 Last Revised 12/20/2012 07/O1/2011 08/17/2012 07/O1 /2011 10/06/2023 07/O1/2011 12/20/2012 03/11/2022 03/09/2020 07/O1 /2011 03/22/2021 07/O 1/20ll 07/O1/2011 03/09/2020 07/O1/2011 11 /22/2016 02/ 14/2018 07/O1/2011 03/22/2021 12/20/2012 07/O 1/2011 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents -----None----- Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: https://apps.fortworthtexas.gov/ProiectResources/ Division 02 - Existing Conditions IM�� colo,.�;..o c;ro 7lo.ti,,,l:r;,,,�, � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) � 03 34 16 Concrete Base Material for Trench Repair � 03 80 00 Modiiications to Existing Concrete Structures 1 i � � �� �- � � ■_ � . . � . � • �: ! � ! � � ..,....��:.'.".,�` ,sn��.......,. Division 31 - Earthwork � �gg_gg c;�o r� � 31 23 16 Unclassified Excavation � 31 23 23 Borrow � �'�o �irn'.�,un'r,rn�s � 31 25 00 Erosion and Sediment Control � �-88 C�e�s � � ��� � Division 32 - Exterior Improvements 32 O1 17 Permanent Asphalt Paving Repair 32 O1 18 Temporary Asphalt Paving Repair 32 O1 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 2'��� �l� TT�.,�o.7 R.,�o !''.,,,.-�o� 32 11 33 Cement Treated Base Courses �, 11 �� r ; ,;,a rr,.o,,.o,a e011 �il,��7.11 � 32 12 16 Asphalt Paving 2'� 1'� '72 A �,.L,.,1+ D.,. :.. !'4-.,..1� Qo.,l.,,-,�� �� 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps Last Revised !12/l�z � 12/20/2012 I 02/02/2016 I 03/07/2025 � 03/07/2025 I 12i2oi2o12 � 12/20/2012 I � . . . . . � . . � . , n� i��i��i O 1 /28/2013 O 1 /28/2013 n i i��� 04/29/2021 i � i��� i � i��� 12/20/2012 12/20/2012 12/20/2012 12/20/2012 i � i��-�v�v iz 06/10/2022 nQ i��� 6/07/2024 17/7�z 06/ 10/2022 12/09/2022 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 � 32 13 73 � �''�o � 32 16 13 � 32 17 23 � 32 17 25 � 32 31 13 � 32 31 26 � 32 31 29 � 32 32 13 � 32 9119 � 329213 � 32 92 14 � 329215 � 32 93 43 Concrete Paving Joint Sealants �Jr ���it ?lr. ing Concrete Curb and Gutters and Valley Gutters Pavement Markings Curb Address Painting Chain Fences and Gates Wire Fences and Gates Wood Fences and Gates Cast-in-Place Concrete Retaining Walls Topsoil Placement and Finishing of Roadway Right-of-ways Sodding Non-Native Seeding Native Grass and Wildflower Seeding Trees and Shrubs 12/20/2012 , � ��� 12/09/2022 06/10/2022 11/04/2013 12/20/2012 12/20/2012 12/20/2012 06/OS/2018 03/11/2022 05/13/2021 OS/13/2021 10/06/2023 12/20/2012 Division 33 - Utilities � 33 O1 30 Sewer and Manhole Testing � 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer � 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain � 33 03 10 Bypass Pumping of Existing Sewer Systems I���o r,.:�� u,,.,a:r,. .,.,a �io,..,-;�al ���ti� I22�= rV,»-.-„�:,.r r,.�,.-,.i rro�. c�.,.;,.r� I���z n�r.,,��o�;,,,., n�„ao r�.,��.,.a;,. n,-,.+o,..;,.r c.,�.o,,, � 33 04 30 Temporary Water Services � 33 04 40 Cleaning and Acceptance Testing of Water Mains � 33 04 50 Cleaning of Pipes � 33 OS 10 Utility Trench Excavation, Embedment, and Backiill � 33 OS 12 Water Line Lowering � 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade I���o r-��.,,..-o�o �x�.,�o,- v.,,,i�� � 33 OS 17 Concrete Collars � 33 OS 20 Auger Boring � 33 OS 21 Tunnel Liner Plate � 33 OS 22 Steel Casing Pipe � 33 OS 23 Hand Tunneling � 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate � 33 OS 26 Utility Markers/Locators � 33 OS 30 Location of Existing Utilities � 33 11 OS Bolts, Nuts, and Gaskets � 33 11 10 Ductile Iron Pipe � 33 11 11 Ductile Iron Fittings � 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe � 22 11 12 !`�'�.`i'\.'�0 ��s�rcri�D;..o R.,.- Ax7.-�„-.,�ovcrQic�ti�--`p'�xiiic�vi��-`ppc I22 1 1 1� R,,,-:o.a C+ool D:,.o .,,-,.a R;�+:,-,R� � 33 12 10 Water Services 1-inch to 2-inch � 33 12 ll Large Water Meters � 33 12 20 Resilient Seated Gate Valve I22�T A�x1�7I7A D„l.l.o.- C`o.,+o.a R„��o,-41.. �7.,1. o� 09/07/2018 03/ 11 /2022 12/08/2023 12/20/2012 , � ��� i � i�� i � i��i� 07/O 1 /2011 02/06/2013 03/ ll /2022 12/13/2024 12/20/2012 09/09/2022 03/11/2022 i � i��� 03/11/2022 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 n� in�� 1 7 /')�z 02/ 14/2017 12/20/2012 OS/06/2015 nn i��� CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Page 4 of 6 33 12 25 Connection to Existing Water Mains ���o r'�':�Url�v,.� n:.- ��.,i.,o n.,.,o,,.i.i;o., �.- n,,..,�.io �xT.,.o.- c..�.o..,., 33 12 40 Fire Hydrants ���-'�o �e: E�:��J� ��t✓�no 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) ���� �;i.o.-,.i.,�., vo:�� .-,.oa n;..o � .- r.-.,, ;�. �,C,�.i�;p,�s 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe ���z c.,�,����e: f��� Ti�ing 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line ���v rQYYi�11�t.�ri �n:.. ��i�Y �Q:1i��pl�" co.:,o,. �,..-„o r�.,:�� 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes �� �o �n �;�.o.-,.i.,�� rR.,��.,.io� �o �� �n nn �x�,,.,�o...,.o.. n,.,.o�� rt,,,..,i-.o,. i�x�nr� �o 33 39 60 Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 22�= i7;,.L. Tlo,-,�;�.. D„1..orL...lo,�.0 7 nL� D'... F LTJ� � � 1N� ���,�:n �^�.1:1 ���z vo:�� ,-,.oa n,.i..o�i..,ioro ��n�� ��� ���� n„i......,,...,to�o n:..o � .. c���'T�:n �3--4-C-88 c„t.� �� n� ni ci„�.oa c. mv-vT rnmzccroc0l'tYl �:"CIYL; 22�-�v-vi %€�3��i �11.i:1G zz�n�o r�.,�. :� n�,,,.o r�.,�i.��oc�a� ..Lls�ie��e�s 33 49 20 Curb and Drop Inlets ���-^�o $�x°�t'Yl'����..o uo.,,a..,,,ii� „�a �ar,�,...,.,ii� Division 34 - Transportation I���o T..,,��:,. c:,.�„�� �n n i i n ni n. �.,.o� r,.� iio,. r„�-,:�o. �rr� v-�r rr���rrrricrr�l�i�6ncr-ccmxrrcc I�n n i i n rn �..,� �ii c�o�; �rv-�L ca ar�i� �a a�'�pc z6cit�6a I �n n��J �tt-�e��e�t� �re����c�f�zc-�t3en I�n�= rro.,.�,..-.,,.., rr,-.,��;,. c;,��„i� �?/I 11 1� no.,,,..,:�,.-r,.,,��;,. e:,,r.,,� � � ^�o ��� Illui�irutr��� ��� � �n n�no.,r ��ia1 �J �oa�� T�ar���i:�s �� n n��v-vz �,-o o.. „, r� n u,.., a...,,. , r Ia�SSiY�L c� I�n n� ��J r r� n,.,,,a.�,,,., r �dcr�ti�l J'� .�,�it��r� � �^�� ��lur�i�u� fi�ts I�n��c.no e;�,.io rR,,,ao �;�.o,. n,.�;,. �.,i.io � � n�� rr.-., ��,, r„r�.-„i 02/06/2013 i � i�� O1/03/2014 , � ��� 06/19/2013 12/20/2012 , � ��� 04/23/2019 09/09/2022 12/20/2012 , � ��� 12/20/2012 04/26/2013 � � /��z 12/13/2024 12/13/2024 i�ii� i � i��i� 04/29/2021 07/O 1 /2011 , � ��� iiii�� n�no n�z , � ��� n�ino i�� n�ino i�� ��/��T 03/11/2022 n� in�i�r�r � . • � � � . . � . . , �_ . � � � . . � _ . _ !�� CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 7, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-Ol 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 7, 2025 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, December 9, 2025 REFERENCE NO.: **M&C 25-1143 LOG NAME: 60WSSC20WSMD-WOODY SUBJECT: (CD 7 and CD 9) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $10,232,213.30, for Water and Sanitary Sewer Replacement Contract 2020 WSM-D Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program, and Amend Transportation and Public Works Department's Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $10,232,213.30 for Water and Sanitary Sewer Replacement Contract 2020 WSM-D project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $9,437,865.00, from available PayGo residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) and to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations in Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the amount of $1,725,167.00, and decreasing estimated receipts and appropriations in the Contract Street Maintenance programmable project (City Project No. P00020) by the same amount; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Stormwater Capital Projects Fund, by increasing receipts and appropriations in the Water and Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the amount of $189,660.00 and decreasing estimated receipts and appropriations in the Drainage Improvements programmable project (City Project No. P00043) by the same amount; and 5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with Woody Contractors, Inc., in the amount of $10,232,213.30 for the replacement of cast iron water and deteriorated sanitary sewer mains as indicated on the following streets and easements: Street From � To ' Scope of Work Virginia Place Monticello Drive Potomac Water Avenue Easement between Monticello Vir inia Place Doroth Lane Water Drive and g y Hamilton Avenue Hamilton Avenue Lenox Drive �Lenox Drive West 4th Street West 5th Street West 5th Street Virginia Place Dorothy Lane ��Hamilton Avenue Monticello Drive Bailey Avenue Monticello Drive IUniversity ' Water/Storm Drain Drive Inlet Potomac Water/Sewer Avenue ��West 188 feet ��Sewer University Water Drive Carrol Street Water/Sewer/Storm Drain Inlet Arch Adams Sewer Street 160 feet south of Potomac the Lenox Southeasterly Avenue Drive/Potomac 122 feet Sewer Avenue intersection Easement 265 feet east of south of West Arch Adams East 315 feet Sewer 4th Street Street Easement between Lenox Drive and West 4th Street Easement between Lenox Drive and West 4th Street Easement between Hamilton Avenue and Potomac Avenue Dorothy Lane 280 feet northwest of Potomac Avenue/West 4th Street intersection Lenox Drive West 683 feet Sewer West 340 feet Sewer Monticello Sewer Drive Additionally, asphalt pavement rehabilitation curb to curb will be conducted on all roadways subsequent to the water and sanitary sewer main replacement. The project was advertised for bids on August 27, 2025 and September 3, 2025, in the Fort Worth Star-Telegram. On October 23, 2025, the following bids were received: Bidder FNH Construction LLC* Woody Contractors, Inc. William J Schultz Inc dba Circle C Construction Company Amount $9,967,207.00 $10,232,213.30 I $10, 623,165.00 Time of Completion 620 Calendar Days , Jackson Construction, Ltd Muniz Construction, Inc. Venus Construction *FNH Construction, LLC (FNH) is currently prequalified by the City to only bid on new development projects and not on City rehabilitation projects such as is this project. Therefore, FNH has been determined to be non-responsive to the contract documents. Staff recommends award of contract to the next responsive low bidder, Woody Contractors, LLC. The Water DepartmenYs share of this contract is $8,517,393.15 (Water: $6,194,507.15; Sewer $2,322,886.00). The Transportation & Public Works Department's share of this contract is $1,714,820.15 (Paving: $1,557,360.15; Stormwater: $157,460.00). In addition to the contract amount, $686,168.00 (Water: $422,749.00, Sewer: $157,027.00, Paving: $89,938.00, and Stormwater: $16,454.00) is required for project management, material testing, and inspection, and $434,309.00 (Water: $247,780.00, Sewer: $92,915.00, Paving: $77,868.00, and Stormwater: $15,746.00) is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. The sanitary sewer component of this project is part of the Sanitary Sewer OverFlow Initiative Program of the Water Department. Approximately 12,826 linear feet of cast iron water and 3,976 linear feet of deteriorated sanitary sewer pipe will be removed and replaced as part of this project. The storm drain component of this project will repair a portion of the existing storm drain system, which requires rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding for this project was not included in the FY2026-2030 Capital Improvement Program due to the project need and funding source were not known at the time of its development. The action in this M&C will amend the Transportation and Public Works Department's Fiscal Years 2026-2030 Capital Improvement Program as approved in connection with Ordinance 27979-09-2025. Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund, Drainage Improvement Projects project within the Stormwater Capital Projects Fund and in the Unspecified-All Funds project within the Water and Sewer Capital Projects Fund for the purpose of funding the W/SS Repl Contract 2020 WSM-D project. Appropriations for the W/SS Repl Contract 2020 WSM-D project as are depicted below: $11,185,816.00 $11,796,938.00 � $13,100, 680.00 Fund Existing Additional ' project Total* Appropriations � Appropriations General Capital Projects - Fund 30100 Storm Water Capital Projects - Fund 52002 $0.00 $2,389.00 $1,725,167.00 $1,725,167.00 $189,660.00 $192,049.00 W&S Capital Projects - Fund 56002 Project Total $711,082.00 $713,471.00� $9,437,865.00 $10,148,947.00 $11,352,692.00��$12,066,163.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 7 and 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project within the W&S Capital Project Fund, the Contract Street Maintenance programmable project within the General Capital Projects Fund, and in the Drainage Improvements Projects project within the Stormwater Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects, General Capital Project, and the Stormwater Capital Projects Funds for the W/SS REPL Contract 2020 WSM-D project to support the execution of the construction contract. Prior to an expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. FUND IDENTIFIERS IFIDs),: TO Fund Department Account Project ,Program,Activity, Budget , ID ID Year Reference # (Chartfield 2) FROM Fund� Department Account Project ProgramActivity Budget Reference # , ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manaqer's Office bv_ Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Chris Harder (5020) Clayton Torrance (8528) ATTACHMENTS 1. 1295 Form.pdf (CFW Internal) 2. 60WSSC20WSMD-WOODY FID TABLE TPW.xlsx (CFW Internal) 3.60WSSC20WSMD-WOODY.pdf (Public) 4. 60WSSC20WSMD-WOODY FundAvail.docx (CFW Internal) 5. ORD.APP 60WSSC20WSMD-WOODY 30100 A026(R3).docx (Public) 6. ORD.APP 60WSSC20WSMD-WOODY 52002 A026(R4) (3).docx (Pubiic) 7. ORD.APP 60WSSC20WSMD-WOODY_56002_A026(R2).docx (Public) 8. PBS CPN 103419.pdf (CFW Internal) Amount Amount 60WSSC20WSMD WOODY FID Table 2 56002 0600430 4956001 103419 2 56002 0600430 103419 2 56002 0700430 4956001 103419 2 56002 0700430 103419 3 30100 0200431 4910100 P00020 3 30100 0200431 4910100 103419 3 30100 0200431 P00020 3 30100 0200431 103419 4 52002 0200431 4952001 P00043 4 52002 0200431 P00043 4 52002 0200431 4952001 103419 4 52002 0200431 103419 2 56002 0600430 4956001 UNSPEC UNSPEC 2 56002 0600430 4956001 103419 001750 2 56002 0700430 4956001 103419 001780 3 30100 0200431 4910100 P00020 PGMABL 3 30100 0200431 4910100 103419 002480 4 52002 0200431 4952001 P00043 PG MABL 4 52002 0200431 4952001 .___._ 002880 2 56002 0600430 5110101 103419 001780 2 56002 0600430 5550102 103419 001780 1 56002 0600430 5740010 103419 001780 2 56002 0600430 5740010 103419 001780 2 56002 0600430 5330500 103419 001784 2 56002 0600430 5310350 103419 001784 2 56002 0600430 5310350 103419 001785 56002 0600430 103419 2026 2026 2026 2026 2026 2026 2026 2026 2026 2026 2026 2026 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 9999 $6,865,037.00 $6,865,037.00 $2,572,828.00 $2,572,828.00 ($1,725,167.00) Reducerev.approp.ln P00020 $1,725,167.00 Revenue approp. In 103419 ($1,725,167.00) Reduce exp.Approp.ln P00020 $1,725,167.00 Expense approp. In 103419 ($189,660.00) Budget Revenue Reduction from P00043 Programmable ($189,660.00) Budget Expenses Reduction from P00043 Programmable $189,660.00 Budget Appropriation Addition of Revenueto 104311 Budget Appropriation Addition of $189,660.00 Expenses to 104311 $9,437,864.15 ($6,865,037.00) ($2,572,828.00) $1,725,167.00 Move Rev. actuals to 103419 ($1,725,167.00) RevenueActualsfromP00020 $189,660.00 Move Rev. actuals to 103419 ($189,660.00) Revenue Actuals from P00043 $64,423.00 Water-Staff $4,000.00 Water- Public Outreach $6,194,507.15 To pay contract of $10,232,213.30 $247,780.00 WaterContingenty $103,077.00 TPW - Soil Lab Consultant $25,769.00 Soil Lab TPW Staff $225,480.00 TPW inspection $0.85 Rounding 2 1 2 2 2 2 2 1 3 3 3 1 4 4 4 56002 56002 56002 56002 56002 56002 56002 30100 30100 30100 30100 52002 52002 52002 52002 0700430 5110101 103419 0700430 5740010 103419 0700430 5740010 103419 0700430 5330500 103419 0700430 5310350 103419 0700430 5310350 103419 2060000 103419 0200431 5740010 103419 0200431 5740010 103419 0200431 5310350 103419 2060000 103419 0200431 5740010 103419 0200431 5740010 103419 0200431 5740010 103419 2060000 103419 001780 001780 001780 001784 001784 001785 RETAIN 002480 002480 002480 RETAIN 002880 002880 002880 RETAIN 9999 $24,158.00 Water-Staff 9999 $2,322,886.00 To pay contract of $10,232,213.30 9999 $92,915.00 Sewer Contingency 9999 $35,653.00 TPW - Soil Lab Consultant 9999 $9,663.00 Soil Lab TPW Staff 9999 $84,553.00 TPW inspection Combo Code for Retainage 9999 $1,557,360.15 To pay contract of $10,232,213.30 9999 $77,868.00 Paving Contingenty Project Management, Material 9999 $89,938.85 Testing, and Inspection Combo Code for Retainage 9999 $157,460.00 To pay contract of $10,232,213.30 9999 $15,746.00 Storm Drain Contingency 9999 $16,454.00 Project management, material testing, and inspection Combo Code for Retainage CorrecteA Acc� N CorrecteA Aect q 00OS10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 00 OS 10 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C foN the award of the pr'oject. M&C insert shall be on blue paper.J END OF SECTION CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 ��� ����� � �:-- _ - __ ,. . , _ �: � � � ,' AbDENDUM TO INVITATION TO BlD NO. 25-02a1 WATL�Ft Al�I� SANITARY SEWER REPLACEM�hJI' CONTRACT 2020, WSM-Q WA7ER DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: September 99, 2025 1NVITATION TO Blp (ITB): 25-a241 B1D OPENING DAT�: September 25, 2U25 REV[SED BIQ OPENING ❑ATE: Octaber 2, 2025 ITB No. 25-0024�, issued Ai�gust 27, 2025, is I�ereby amended as fallows: 1. Bid Opening Date is changed from S�ptember 25, 2025 at 2:OQ PM CST to Octaber 2, 2025 at 2:00 PM CST. 2. Questions Due Date is changed from September 19, 2025 at 5:00 PM CST to September 26, 2025 at S:OD PM CST 3. T�e pre-bid meeting presentation is issued by Addenduin �Io. 1 as Attachment A. 4. Responses ta queskions are attached to this addendurn as Attachment S. 5. PIan Halders list attached to this adciendum as Attachment G. 6. SP�CiFICATEO[�S: Replace the following: � Replace Sheet � 00 42 43 Proposal Form With Sheet 00 42 43 Proposal Farm All ather terms and conditions remain unchanged. �� � � ��.����� .�,�� John Kasa�ic�, P.E, �NGI�lEERING MANAGER, WATER DEPARTMENT ■ � � �������� r�� u W w a e�� e�� w� r � r r r � r e r� o o u� n � � � � e�� a� o���� a � r c. a r r r r r���� o����� s r. By the signature affixed below, Addendum No. 1 is hereby incorparated inta and made part of khe above ref�renced Ir��itation ta Bid. C�MPANY �iAME: �00 �C r�'��c.�+r5 . I � c- • �.�� � �� SIGNATURE: - ��� NOTE: Com�an� e arr� ~ re mus b e same as on the orlginal bid documents. Failure to return this form with your sea bid��nstitute grounds for rejection of yaur affer. ITB 25-0241 W�1TER A�1D SA�IITARY SEW�R REPLACEMENT CONTRACT 202fl, WSM-D Acidend��m iVo. �, Page 1 af 1 Water and Sanitary Sewer Replacemen� Contract 2020, WSM-D CPN 103419 Bonfire Reference #25-024� Pre-bid Meeting September 8, 2025 (� 0: 00 AM) Prc�jett Manager: Clayton M. Torrance, P.F. Design Engineer: Angel Sanchez, P.F. -- MAS Consulting Engineers CPI� 103419 Addendum No-1 WaSer and Sanitary Sewer Replacerctents Conlrad 2020, WSM-0 Allachment A Project Lim�ts Hamilton Avenue �rn Street 5t" Street Lenox Drive Virginia Place . .�: ���. � W417E SETTLEfrSENT RO . . ; _ _� _ sr o .. i;t^��ir_ueea "•[:g:, } n.�.ACrrii � �i � _ ••r F �� �� ���°a"; ,r w - 9 � i..-=AI r.e _ '�C�� i g . . �_ .i -. � � pLIC �n � ,•-'. ,�� �- `\ -'aAl,_i�l>.E � ` k V1 �'Y ".-_ _ -_ _. __._— � ' ✓f.'M�� � N !'a �T _ _ i = wn�� ' a � h�aoi���a�r` — i b351�0�J0: ' � @ R�T']�0:1-',!_ - GPh,�p � � sw�er.c,a.R nyg ����� sr WHITE SETTLEhIEN7 R➢ '�vrTY�+= � ti��,�.,,��,�= s, �NiH�A'e 5= _ � n f � A :'✓ �� N3�:�� J .. _..o W 7TFf ST CPN 103419 Addendum Na,i Water and Sanilary Sawer Replacements Conl�acl 2020, WSM-0 Attachmenf A Water: • 12,343 LF of 8" Water Li�e • 4$3 LF of 6" Water Llne • Gate �alves • Ser�ices • Fire Nydrant Assemblies Sewer: • 1,491 LF 6" to 8" pipe enlargement Sanitary Sewer • 9,297 LF 8° Sanitary Sewer Sewer Pipe • 676 LF 10" Sanitary Sewer • 292 LF 18" Sanitary Sewer • 22Q LF 2Q" Sanitary Sewer • Services ' M�flI1OIB°`�wP� �03419 Addendum No.1 Water and Sanilary Sewer Replacements Contract 2fl20, WSM-0 Altachmen! A Project Details Major Work Items: Anticipated Schedule • D�adline far Questions: Friday — September 19th, 2025, 5:00 PM CST • Bid Opening: Thursday — September 25, 2025, 2:OOPM CST • Aiming for Novem�er Counci! Meeting for Bid Award • Pre-Canstruction meeting in January 2026 • Pub�ic M�eting in January 2026 • Begin �onstruction in February 2026 CPN f03419 Addendum No.i Water and Sanitary Sewer Replacemenls Contrect 2620, WSM-� Altachmenl A • oncor • Gas Companies • Atmos • Communication Companies • Spectrum • AT&T • MCINerizon • Zayo CPN 103419 Addendum No.1 Water and Sanilary Sewer Replacemenis Conlract Zf120, WSM-0 Altachment A Project & Utility Coordination • Consfruction General Permit TXR150000 {SWPPP} • Forf Worth Street Permit CPN 103419 Addendum Na,l Water and Sanilary Sewer Rep3acemeNs Contract 2ff2Q, WSM-0 Attachmenl A Contractor �btained Permits Project Prequalification • Water MainlDistribution, UrbanlRenewal, 8-inches and smaller • Sewer Pipe Enlargement, 8-inches and smaEler • Sewer Collection System, UrbanlRenewal, 20-inches and smaller � Sanitary ManholelStructure Interior �ining — Warren or Chesterton Coating • CCN, 20-inch�s and smaller • Asphait Paving ConstructionlReconstruction (Less than 15,OOD SY) • Cancrete Paving ConstructionlReconsfruction (Less than 15,QOQ SY) CPN i�341B Addendum No.� Wafer and Sanitary Sewer Replacements Conlrecl 2p20, WSM-n Attachment A The City reserves the right to award the contract to �he responsive law bidder. CPN 103419 Addendum Na.1 Water and Sanilary Sewer Replacemenls Contraci 2020. WSM-� Aftachment A ProjectAward(s} • P�an�IContract Qocuments available an Bonfir�: https:llfortworthtexas.bonfirehub.comloqportunitjes12Q00J6 • Rec{uired in Bid 5ubmittal (e�ectronic through Banfire) • Bid Bond • Bid Proposal (.xlsx formaf) • Bid Form • Conflict of Interest Statement • Executed Vendor Compliance Document • Prequalification Sta�ement • Acknowledgment of Addendum CPN 103419 Addendum iJo.1 Wa�er and Sanitary Sewer Replacements Conlrecl 2020, WSM-D Atlachment A Requiremenfis • Required Bid Amounts on Bonfire • Taial Bid Amaunt • Certificate of lnterested Parties Form 1295 is required before M&C can ga to Council • Contractors must indicate intent to bid on Bonfire to t�e able to submit a bid to the City. • Indicate in#ent to bid by selecting "yes" in the Procurement Portal under the Ir�tent to Bid section. CPN 1Q3419 Addendum No_1 Water and Sanitary Sewer Replacaments Gontract 2020, WSM-D Atlachment A Requiremen�s Contact information Project Manager: Clayfion M. Torrance, P. E •C���tor�.t�rr�nce �r(�.,FortVil�rthTex��.��v Design Engineers: Ar�g�l Sanchez � as�nc�ez�r�����i���.��� Su6mit project specific questions through fhe Bonfire Vendor Discussions fab CPN 103419 Addendum No.1 Water and Sanitary Sewer Replacemenfs ConUac[ 2020, WSM-� Atlachmen! A Quest�onslDiscussion C�fV 103419 ADDENDUM iVO. 1 Water and Sanitary Sewer Replacements Contract 2020, WSM-D ATTACFEMENT B This document is pro�ided as supplement to the Water and Sanitary Sewer Replacements Contract 2020, W5M-D Contract Dacuments. Below are responses to questEons for clarifications that may require additional infarmation and�or are not addressed directly within the contract documents: Q1-1: Can you please provide a list of plan halders? R9-1: See Attachment C issued b� Addendum 1 Q9-2: The city doesn't typica!!y define widfhs of iemporary asphalt, ,but the widths are defrned on a!! of fhe temporary asphalf items on thrs job. !f is typrca!!y up the bidders to defermine what widths fheir trenches wi!! be. Wil1 the cify pay additional widfh if fhe patches end up being wider than the defrned wrdths provrded? !f so, could we get a bid item for additional wrdth, beyond defrrred with for temporary asphalt to be paid by the square yard? R'E-2: See Proposal Form Replacement Section, bid items have been updated in the proposal form issuecf bv Acldendum 1. Q1-3: Bid items 33 & 34 rn the wafer section shov� round numbers an the prrnted proposa! but rn exce! they both have decimals. ltem 33- Remove concrete pavement, arferra!- should the quanfity be 43 SY or 43.3 SY? It�m 34-7" Conc Pavement, should the quantity be 29 SY or 29.3 SY? R1-3: See Proposal Form Ftenfacement Section, Quantikies have been undated in the proqqsal form issued bv Addendum 1. B-1 iafl VendorName 2R Cansfnlctivn Services ACIPCO ACIPCO Alliance GeoServices, LLC PCAC Undsrgrountl SLACKROCK CONSTP.IJCTiON SuildCen.ral Inc C. C. Zamcre ConsEruciion lnc. Civil Tree Solutions C,715 GROUP LLC Cors.ructcannec� Conssuc�ion Bid Source. LLC Contech Engineared SalutEons LLC Core and M2in David-Tehaungue Ltd Co �eltek �edge �ata and .4nalylics FERGLISON WATERWORKS FM1'H CanslrucEian, LLC PoG Worth. CEvil ConsYudors Fart Worth Ci�il Conswctors. LLC Fo� }A�ar1h Civil Corslructors. LLC Gratex u�ilvties Inc Ha6as Pipe USA Ifan T Cansifuction Ipc_ J3Ck5On �ons[fuClipn, Lid_ Johr:son Counky W�nwaier Johnson Counry Nfnwaler Jcryc Mendes LandscspinG Lakeshafe Learn�ng Malerials, LLC MA�ERO Engineers & Cens�;uctors LLC MAKOUINC N7:. Nerds Inc NpR"fl� TX CONST REPTS PLANROOM Ncrthwest Pipc Camoany Oldcastle Pro-Plpe Servlces, LLC R �Z ➢ 8urns Brolhers. Inc Ranaefine re Reynolds Asphalt 3 Censtrvction RW Jenes Heavy CanstrucEion S.J. Laui; Constructian of Tezzs SER GonsEruction Partners, LLC. ssdfar STAline 4^latenvorks Texzs MaLerials Group 7exes L^Ja:er Products, inc. Thompsan PfpA Group v�f1L15 �Of15{fUCf30f1 Urtual 8uild0r Ex-bange I+JI€Ifam J Schultz Int �Sba Cirde G ConsEruction Company VJeady CorErzctars. Inc. xiaom2 GonYact Namc ContacE Email RAL�L CANALES rcanales@2resx.cem Jake Ph[I!i�s ;2kephdlips@american-usa �om 7erri Ngryen Inqcycn@american-usa.r�rn JESLi51AJARA info@zlliancegeoservices.cem �hli:te Kozat -rrthotzet��bcaceindergraund.cam CarlOs JimenC2 CnRL05@BLlICKROCKCONSTRUC710N7X.COM Karen Ericksen Karen@buildcentrelrom Lupe Zamora 1�pE@zam�faconsEvction,com H N7cPAu➢en nstimat�ng@clvillreeso]uEions.com .Ann Herald Region2(�a,cjisgroup.com -Michael SEu66s con�enE�censtructconnecLCom Elfz�beth Sfrycker liz�canstruc[ian6idsource.com CrrisTlanda �chrEs.tlandac�,conteches.cam Paul Norman paul.norman@coreandmain.com AbaloTehoungue �aEehounaue(a�tl�l�tico.com Sourcei�tanagemenF �sourcemanagemen[[v3oeElek,com April Hamilton �aprif.hzmiltcn@canslructian.com RHDNbA RHOD=S ❑a11asW4VNiXionwave@9erguson.cam CandaceGillespie 'candace@fnhconstn�c;�on,com Carcl�m Alumbauqh _ carolyna@ivcivcan.com �oug�AfumGaugh ��dauoa@fwci�con.com BficeAWmhaugh ��6rica�Pxcivcon.com Rex Neflin ��es�im��aS�ng@gra-lex.com Brad Hunemui3er 'EhunemulfPr�hoba=_p[pe.com travis theobald �.travis�iranlconstruction.com �anny f�IcCu;chen �.dannym(o7jscKsontx,nel CJ Pe;�y r,jpeilyLwinwatenvorks.cam C�uslin Earber �.di6arber[a`;�.vinsupply_com ,forge Mendes :iooidaan2pCQCgma�Fi.com �Eun€ce Peterson �6itldept@fakeshorele2rning.com JulEc nurguete julionmadero.net MAQSOOD KHAN neckoufneCgmaff,com Nlarc HEnQjosa rrtarachinojosa(�gmail.com �aniG �e Greaf bonfirehub.c2ddo@s�mplelogin.com LIN�A Mc6ride linda(c)amteku5a.com Franco Piarulli r�iaruq� ,nwpipe.com NTX Bids nC�bitls�a oldcasile.com Carla Reyes pro-pipebitlbcx cG1. prapipe,com �anaid 6ums �rd6umsbros@s6cao6aLneE Kyie �Jelsan kyle�sran��=ihe.com -cr cr arfzenaconirects�ia sharklasers,com � Ned Tankersley ntankersley�reynoldsasphzltcom Jvan Vasque� �ivasquez@rw{oneshea�y.com F,d�m Lunsford eslimating-mansfleid(o�sjiouis.com Aau[?amirez raul@serconstruclion.net sfffg ghhj � santosh:.meshram6 a(�,gmalf.com James Sanders �jamessanders@sla€ine.com Ror. Stinson 'ronzldstinsanuTexasrrtaterials.com LeandroRamirez '�sales�texasv.�aterpraGuc?s.com JeffPeterson IjefFpeEerson(a�ihampsonpipegroup.Com MiiC2 PIuF�i( rtlplufl!�`�a,vef7135C6i15lNC�iOYI.COffi Je2nnette Olguin jeanr.etle�virtualbz.com Teri Skelfy �!_skelly@cirGeccanslruction_c�m Zzch Ir.vm �zirwin24�o,gmail.cofr! eao chenq c�c`992� 2f 5@gma�l.com Phone Number Address 913To48209�2110 N Peak StreeE tii4 6a�las Texas U5 75204 205325�061 Z916 tfith St N Bircningham Al2bama LiS 35207 214989E56fl 3420 Ste�en �r Plano Tex�s ll5 75023 6823815322-5000 Airport Freeway Haltom CiEy 7X US 76137 : 915-252-2179 2406 Huy 287 N Su�te 300 MAI�SFiELD Texas US 76063 312fi411043 320 W Ohio St SuiEe 300 Chicago ILL1N015 US 60654-6566 8276759162 3015 .Avslin Ln For1 VVorth Texas U$ 7Gl i t 68269�3331 296 Goltleneye Ln Fart Worth Tezas US 7fi12� 85fl92698�0 124 Mamott �rive, Suite Z�9 Tallaha5569 Flonda US 3Z307 80035�2059 3025 Edwards RB., Suite 800 Cincinnaii 6hia JS A52�9 Z14-535-6435 2201 W, Rayal Ldne Sulte Z60 Ervfflg TBXaS US 75063 2i4-631-9�10 G3331rvfng Blvd pallasTexas 11S 75247 2543g45752 3t8 Glen Ln Hickory Creek TX U5 75�65 800456Z608 2291 Wood Oak � HemdonUrginia US 20i7i 8i7-267-3900 265fl S. PIPELINE ROHD EULE55 Texas L'S 7fiO4� 469-242-030t 50Q N CENTR.4L EXPY S7E 105 piANp Texas U5 75074 817-562-2292 4800 Mark IV Pkwy Fort UVorth Texas US 7610fi 8775622292:4869 tvlahc iV Parkvray Fort Worlh 7exas LJS 76106 8775622292�496C Mark €V Parkv✓zy fort VL'arih Taxas U5 76106 617781o23q'PO Box 1038 Kenrtedale Texas i1S 76650 4697 i 21222.2512 Patkon Dr. PAeliss2 TX U5 75454 51 � 2 Sun VaRey Or. Fort Worih Texas L15 761 i 9 817-345-0535 763n" 5. 135 1N AIva2�o 7X IJ5 7fi0aB 81799404 7 5-p Afva:adoTexas US i6028 80Q-421-53:a4 2G95 E 6aminguez Sl Carson Galifomia US 90695 8176090733.3315 Ashlock Dr1ve Housion Texas ll5 +7062 18177985426�6204 Parkside �r Arlington TX US 760�t 4692124173 527 Caropolina ar Grand Prairie Texas US 75052-2%7 3073131337 772Q pla9r Rd Silver Spring h9aryland US 20912 9404987855 2oo0 S STEt�nMpNS FRN,�. S2G� LAKE DALLAS Texas US 75a65 46863672�3 35� Longhom RJ Fort Nlanh Texas US 76�79 1100 Heritage Pkwy Mansr3eld 7exas lJ5 76063 800-784-7473 10297 W. Van Suren SI.. SuiEe 20 Tollesore Arizona US 85353 ei7Z398536,135p Blue Mound Rtl W Haslet Texas U5 7&052 617-374-3573 3133 Ranger Hwy Weath9ffOfd iexa5 US 76068 8175053535 �520 5 6[h Ave [Jlar�sfield, TX Texa5 L'S 75083 7i3473790� 3535 Pasadena 6IVd P85atlena Taxas U5 77503 9"00-305-7171 670 Gri�:h load Charlolte 7X US 29217 121a749353t 42�peckerDr206 I��ingTexasi1575062 a�7457998s 5825 E. Berry S�reel For; Worth TX U5 7fitZ9 140u8213426 19�3 �vlacArthur Blvd. Grand Prairie iezas U5 73034 1c2� 5. Nain Slreet P,lansfield Texas US 76063 2105fi46906 4047 Naco Pefrin San Hntonio Texas lJS 78217 817-988-7gy6 �.500 W Trammef3 Ave Fort l+Vorth Port Worth Texas Li5 7614� 8t7-4S3-47E7 550 Tower Or Fori LNorlh Texas US 7fi0E0 CPN 103419 Addendum No.1 Water and 5anitary Sewar Repiacements Contract 2020, WSM-D Attachment C Q� T �VV� RT H �� �a� �, ,,�: �� ADDENDEJM TO INVITATIOf� TO BID NO. 25-D241 WA7ER AND SANITARY SEWER REPLAC�MENT CONTRACT 2020, WSM-D WATER DEPARTM�N� ADDENbUM NO. 2 DATE 155iJED: September 26, 2025 INVITATION TO B�D (�TBj: 25-024'i BID OP�N1{�G QA7'E: October 2, 2025 (CHANGED} REVISED 81D OPENING DATE: October 9, 2025 ITB No. 25-fl4249, issued August 27, 2D25, is hereby amended as Follows: �, Bid Opening Date is ehanged from October 2, 2025 at 2:00 PM CST to October 8, 2025 at 2:�0 PM CST. 2, Question� Due Qate is changed from 5eptember 26, 2025 at 5:00 PNf CST fo October 3, 2025 at 5:00 PM GST 3. Responses to questions are attached to this addendt�m as Attachmenk A, 4. Core Report is attached to this addendum as Attachment B 5. Plan Holders list is attached to this addet�dum as AttacE�ment C 6. SPECIFICATfONS: Replace the following: _ � Replace Sheet I With Sheet � 00 42 43 Proposal Farm � Oa 42 43 Praposal Form A!1 okher terms�nd or�ditions remain unchanged. ��li.� ���>,�7� �' iony Sholola, P.E. ASSISTANT DfRECTOR, WATER D�i'ARTMENT ■��������err�r���������a���������w���e�a����r�����w��r��t:a��r������NrM�����tte� By the signature affixed below, Addendum Na. 2 is hereby incorporated into and made part of the abave referenced [nvitation to Bid. CdMPANY NAME; W ��� (�on�ac��5� SIGNATURE: — NQTE: Compan���an ure mu e the same as o� th� original bid documents. Failure to return this form with your sea d bid�a constitute grounds for rejection of your offer. ITB 25-024� WATER AND SANITARY SEWER REPLACEMENT C�NTRACT 2020, WSM-D Addendum No. 2, Page 1 of 1 mm�r>« i �n SECTION 00 42 4a PROPOSALFORM UNIi PRICE SID Iro:in,� i�.�� I N�� � 1 � 2 � 3 I 4 � 5 � 6 I 7 8 � 4 � 10 � ii I iz � t3 I }A I 15 � 16 � 17 I ie � 19 � 20 � 21 I 22 � 23 I 24 I 25 I 2B � 27 � 28 � 29 � 30 � 31 � �2 � 33 � 34 I 3s � 36 � 37 � 38 � 39 � 40 � 41 42 I 41 I 44 I 45 I 4fi I 47 I 49 I 49 so 51 52 53 54 55 ss 57 58 59 &o 6f 62 fi3 fi4 fi5 66 67 69 69 70 71 7z 73 74 �s 76 77 �a 79 BO B1 82 87 84 �,�.�«�„�,� LyTTI �3311.0261 B"PVCWaSerPipe 337i.0251 8" �IP Water 3791.0181 6" PVC Waler Plpe 33123002 S" Ga�e VaWe 37i236a3 a^�a�eVaWe Q241.1302 Remoueand5alvagefi"Wa[erValve 6241.1303 RemoveandSalvaqe8"WalerValve 3305.flt1I Value6oxAtlluslmenlwlCancrefeCollai(50f50 ]305,OS71 Val�eBoxAdiuslmen[wlConcreteCoElar11D0�Water) 3311,0001 DuclilelronWaterFiningswlReslrain[ 33722003 1" Water Service wi�h Si�rFar,e Restoralion 3312,2�01 1" Waler Serv�ce. Meter ReconnecAon 3312.2000. 1" Pnvate Wa[er Service vrih Sudace Restoration 3352.2101 i 112" WalerServire,IvleterReconneclion 3312.2103 1 112" Water Service vnlh Sarlace Resfwation 3312.2201 2" Waler Servlce, Meler Rewnneciian 331222�7 2" Water Senice with Surface Resloralion 3704.0141 Temporar�Water5e�vices 024i.7572 saivaqel"Wa[erMcEer U241.1513 Salvage 1 i2" Waler Meter 4241.15f4 Salv��e2" WalerMeter 4241.1118 4"-12' Pressure Plag 3312.�001 Fire hiydranl �241.1510 Sal�aqe Fire HYdran[ 3312 �117 Connection �o Ezis�inp 4"-12" Waler Mafn 7��501�3 EXp101dlOry E%cavallan u(EXi511nq Lllffllles 32�1,a4G0 Temna[ary Asphalt Paving Repair 3201,011A PertnanenlAsphall Pvml Repair, Resitlential 320i.0614 Conc Wmt Repair. ResitlenGal 0241.10DU Remove Conc Sutr9ase (5o150} a241.1000 Remove Conc Suh 6ase 190% Wa[er} 3201_061fi ConcPvm�Repair,Arteriallnduslrial 0241 JaOQ Remove canc Pvmt. Adenal 32� 3.0102 7" Conc Pvmt 3213.03U1 4" Conc Sfdewalk, Adlacent to Curh (50150) 3213.0341 4" Conc Sidevralk, Atliacent �o CurC (100% Wa�er) 3213.0301 4" Conc Sitlewalk�50150) 3213_03Qi 4" Gonc Sidewalk �100% Water) 0241 _0100 Remove Sldewalk (54l50) � 0241_�700 RemoveSidewalk(10ai WaEer) 3213,fl40o fi" Cancreta �rfveHaVfSUl50� 7213,4A00 6" Concrete Oriveway [1D0 % Wa[er] 0241.0401 Remove Cancrele �rive f50l54} 0241.0401 Remave Cancrete �rivo (100% Water) 321fi,a101 fi"ConcCurhandGufter{50l50� 321fi_01a1 fi"ConcCurhandGutter(700% Wa[ery 0241-13a� ftemave Gonc Cur6&Gufler {50150) 0241-130a Remove Conc CarG&Gutter (100% Water) U241.1400 Remove Conc ValleV Gutter 15�f5a) 024i.140a Remove Conc ValfeY G�lier {100 % Waler} 3216.0201 7' Conc Valle. Gutter, Residenlial (50150 3216.0291 7"Conc Valle�utter, Resldenlial (10a°o Watery �241_1700 11" Pavemen� Pulvenzation S6l50) b241.17Q9 11"PavemenlPulvenzatian�lQO% Water} 3212.0309 3" Asphall Pvmt Tvpe 0<50! 0 3212.0363 3" Asphall Pvmt Type �(19a°o WaleQ 3211.�&�� CemenlSla6ilia6onf\� 2fil6slsy(50150� 3211 9fi00 Cemen� S�a6illation L9 2fi Ibs7sy (too / Waler) 32176f02 B" St4 PvmlMaikinp HAS (Y! (Wf54} 9241,1800 Remoue AsphaltSpeed Cushion (50150} 3212�601 HMAC Speed Cushion with Slriping (Saf50) 32.17.0504 PreFormed TBermoblaslic Caulrest Markinqs -24" SEop 6ars (501501 32.1 f,0112 6" Ffex Base Type A, GR-1 (50150) 32_ii_Ot12fi"FlexBaseT7� G�A,GR�7(10Q%Water) 32.51 Ofi6i B-Inch CEMLIM@'" StaUilizaUon (a� 32LbslSY �171.0101 Conslructfon Slakfng (Water) O17i.0102 As-8uE1t Survey 0241Ja0f WaterLineGrauGnfl 0241.1692 Remave Concre�e Wa�er VauH 11250i01 SWPPP z 7 acre 3305_01a9 7rencli SafeN 33�5.02a2 Imported Em6edmentlBackiill. C55 3705.0203 ImpoRed EmhedmenUBackFlA, CLSM 3705.92a6 Importetl Em6edmenVBackfll. Accepta6le Backfll 3305,1003 20" Casino Bv Ooen Cu[ 3477.Oa01 Tref�L ConUol 3119.Oi�2 fi"-12"TieeRemaual 7116.0103 12"-18" Tree Remav ef 32920100 Black Sod PlacemeN (50l591 3292.0100 8lock Sod Placement (100 % Wated 3291-�7a� ionsoil/50f501 3291.01a� Toosoi(l1�0% Wa[erl 3217_5001 Curh Address Paintino f5n15� 3217.50�1 Curh Address Painbno 1100%�aterl 5�<<<,.a,,,,� �.�„E,� �.� �4a��r 33 � � � Z 33 11 12 33ll 16 33 12 2� 33 7 2 20 02 41 14 02 41 14 33 O5 01 73050i 3311 71 331270 331210 73 12 10 33121� 33 12 70 33 1210 33 12 7 0 33 04 30 02 41 14 02 41 14 02 41 14 02 47 14 33 12 AR 92 41 14 33 12 25 73 OS 96 32 01 18 32 01 i7 3z o� zs 02 41 15 02 41 15 ]2 01 29 02 41 15 321379 321320 32 13 20 32 13 20 32 13 20 02 41 13 a24173 32 1� 20 32 13 20 02 41 13 02 41 13 32 i613 32 t613 U2 4 7 15 42 47 15 62 41 14 Q2411A �2�6Q2 92 1 fi Q2 oz ai ts 0241 f5 32121s 32 12 16 32 11 33 ]2 11 33 32 17 01 02 41 I B 32 12 I6 3z ia os 32 11 01 32 11 01 32 17 a5 01 7f 23 01 71 23 �2 41 14 �2 41 14 31 25 00 33OS10 33 O5 10 33 O5 16 33OS10 37 OS 22 �4 71 1� �i 1000 311aQ0 729213 �2 92 13 32 91 19 3291�9 32 17 25 32 17 25 Bidder's Application u��;��r uw hl.�a>wc ��u:iii�ii� LF LF LF EA EA EA EA EA EA 70N EA EA LF EA EA EA EA LS EA EA EA EA EA EA EA EA LF LF SY SY SY SY SY SY SF SF SF SF SF 5F SF SF SF SF LF LF LF LF SV SY SY SY 5Y SY SY SY TN TN LF ER EA LF SY SY TN LS LS CY EA LS LF CY CY CY LF MQ EA EA SY SY CY CY EA EA 11.866 475 493 37 42 20 s 19 5d 11 25fl 260 153 19 19 11 tt 4 26t S9 i� 50 �6 i0 18 7 12587 3� }73 538 8.402 74 44 30 6 zz 1Bfi 558 iBfi 558 3fi4 1.973 364 t 973 152 549 152 549 is 69 16 49 2 438 17.755 z.aaa 17.755 32 137 25 1 � 3 538 BAa2 115 ] 9 51 1 1 soa ioo 221 100 46 6 1 � sd 13� 23 2 70. ���,�.�.��.�,:,, ,:,� �,�,�,��« �,,�v:��,. � � JI I � � �I I � � � � 1 1 1 � � � 1 1 J I � � � I 1 � � 1 I � � � � 1I I �T�i\TiN�C�i.4ti"Iltl][�]��.tisl'l�t'll�ii�tll tiIHw.Y1lLtiTS unn��JSv _ �•sNCM1aM1Wiaii����.ni�..�!�'ii4.ti)I�I� N:•�4�1'� Jn+n_� �TE 1��3a1•� ¢io ertt,r� sni 5 ECT10N 00 42 43 PR6pO5ALFOAM UNIT PRICE BID I ���.���„ �,��, �,����,�,�,,,�, N�� I B5 a24i.1806 Rerc�ove Asnhalt Snaetl Cashion � 86 3212.0601 HMAC Speed Cushion vnlh Slripinq I 67 9999.8999 ConStfucli0n Allawance I 68 9499.U�03 Miscellaneous Irrioa�ion Atliuslmenl � L'-Sanitur Sener � 1 ;7331_1102 6"ta6"P�peEnlaryement � 2 3731_0102 fi" Sewer Pipe. Poinl Repalr I 3 333t 4115 8" PVC Seiver Plpe 0. 3331.4119 8" pIP Sewar Pfpe Wilh 401 Protec�o Coaling � 5 �331.A2a1 10"PVCSewerPjy e � 5 3331.4205 10" �!P Sewer Wilh 401 Proteclo Coalinry I 7 3331.4229 16" 04P Sewerxith 401 ProleclaCoaling � 8 3339.43a5 20" �IP Sewer Wilh 401 Pmtecto CaaGng � 9 i3399.421fi IS"SewerPipe,C55Back511 I 10 03�0_6D01 Conc�e�e Encase sewe� Pfne � 11 33�9_7001 4' Manhole � 12 3339.1003 4' Extra �eplh Manhole � 13 3379.1004 4'ShallowManhole � 54 3339,t0U2 4'�ro? Manhole � t5 3339,11�4 5'ShallowManhole � i6 3705,Di12 CancreteCollarforManhole I 17 I3339.0007 Epoxy Manhale Liner � 19 '.999g,9981 Gannec� la EMistinp SSh1H � 79 �305.0103 Erploratory Excavation of Exis�np 111ilitles f 20 �30i.0001 Pre-CCN Insvection I 21 ]30t.0002 Pos6CCN InspecBon I 22 33010101 ManholeVammmTestinq 23 730�.0�91 Bypass Pumpinq � 24 3345.0109 Trench Sa(ery I 25 0241.220i Rem vea'SeverManhole � 26 0247.50U1 A�andon Manhole � 27 0241.2901 Sanflary �ne Groutlaq � 28 0241.2t02 6"SevrerAhandonmenlPlug � 29 0241.2110 21" Sewer Airantlanmeni Pf�g � 30 33]i_3}OS 4" Privale Sewer Servlce wi[h 2-Way Cleanouis I 31 333t3101 4" Sewer Service vn�h 2�Way Gieanau�s � 32 313i _3103 4" Bored Sewer Service vri�h 2-Way Cleanouls � �9 3331,32�7 fi" Sewer Serv�ce with 2-Wa'(Cleanouts I 34 3731.f2U1 ServiceRefnslalemenl,PipeEnEarqemen[w12-wayCEeanoui 35 3305.OI lfi Cancrete EncasemeN for UtifilV Pipes � 36 3305A20Z Imporled Em6edmenvEackfill, CSS � 77 0771,0101 Canslr�clion 5faking (Sewer} I 38 Oi7t0102 As-Bdd15urveVfSewed � 39 3305,q1 �7 Manhole AtllusEment. mfnor w! Cortcrete Collar (Sd150) � 40 �305.01�7 ManholeAdustmenl,minorwlConcreleGollar(19a%Seweq I 41 720f.0112 Permanenl �vmt Repair, Resideatlal �r.ciliuii.��i Sui���n N�r 02 41 1 E 32 12 16 9989 9999 9999.o0a3 Bidder's Application �;��«, ����,�,�� ti��� „ nw n���r.;.� n�av�n�� N=�.w. a,��a1. EA 3 EA 3 LS { SSO.00�QO sso.oaooa LS { 525.00000 525.�OU00 SuL=1'ouJ U,r't'1' I -lYnicr s�s,nnn.n�i 3� �i 2� LF 33 ]1 22, 33 31 23 LF 33 I 1 1 �, 33 31 12. 33 7 i 20 LF 371110 LF 73 11 30, 93 31 72, 33 31 2p LF 3311 I� LF 331110 �F 33111a LF 73 11 10, 33 31 12, 33 39 2U LF 03 30 00 CY 33 3410, 33 39 20 Ea 33 39 10, 93 39 20 V F 33 39 10, 33 3s ?q EA 73 39 10, 33 39 20 EA 33 39 10, 33 39 20 EA 33�517 EA 333950 VF 9949.9989 EA 33 65 30 EA 33 01 31 LF 33 a1 31 LF 33 01 30 8A 3303i0 LS 3305t0 LF 9241 S4 @A U24114 EA 024114 CY Q2 41 14 EA a2 41 14 EA 73 31 50 LF 33 31 5� EA 33 31 50 �A 33 31 50 EA 73 31 23 EA 330510 CY 330510 CY �i 71 23 LS 01 71 23 LS 33 05 01 EA 33 �5 01 EA 320117 LF 1A81 100 1,021 27fi 484 192 292 224 20 38 21 27 3 2 1 29 70 2 1 � 319 3.978 29 1 2.5Q0 9 2 21 e 2 1.136 �e 1 4 44 120 309 1 1 3 6 257 srx,�n�n<<�1��si�irn�„rsrr:.�o-3i�:tn�»r.rniv.,ns u�,a.,�.,a,�����,,:.N:mm��i,e.��.n�,. iw.ru.n u�,ka��.n:n:i u. i e<u SEGTION 09 424� PROPOSALFORM UNI7 PRfGE BID lii3iisl Il.in u��. � 42 � 43 I k4 I 45 I 46 � 47 � 48 � 49 I sa I 51 I 52 � 53 I 54 I 55 � 56 I 57 I 5B � 59 � fi0 � 61 62 fi3 sq ss fi6 67 68 69 70 71 72 73 74 75 7fi 77 78 79 8� 61 82 83 84 85 Bs 87 98 B9 40 1 2 3 A 5 6 7 B 9 io 11 12 13 14 15 ifi 17 18 i9 2� 27 22 2] 24 25 2fi 2� 28 Lk;�npli��n 32a1.04�4 7emnorary Asnhalt Pavinn Roaair 32Q1.02o1 Pe�manenE Asohall P�mt Repafr Beyond �efined Widlh. ResidenEial 320l.0814 Conc PvmtRepafr, FiesidenGal 3201.05t6 Conc PvmiRepair, ArtenalRndustnal 3213.03a1 4" Canc Sidevralk. Adlacent to Cur6 (5{)lSOS 3213.03a1 4" Conc Sidev2ik, Adiaceni lo Cur6 (1 �a % Sewer3 I3273_030i 4" Conc Sidevralk f150150) 32136301 a" Conc Sidev�lk (700°/, Seweq a241,U100 Ramave Sidewalk 50f50) �241,a100 Ramove Sidewalk ( 00% Sewer) 0241.4d01 Remove Cancrele �nve (54f50) 024La401 Aemave Carzcoele �nve {1d0% Seweq 3213,04U0 fi" Concrete Driveway (50150 3213,0400 fi" Concrete �riveway (100° Sewer} 024t130{7 Remove Conc Cur66Guher (5pl50) 02a1-13oo Remave Conc Curv&Gu�ler{100% Sewer) 3216.0101 6" Conc Curh and Gutter {54lSOp 3216.0101 6" Gonc Cu�h antl Gutter 1100% Sewer} 0241.060Q Remove Wall <4' 3232.a1�a Cone Ret Wafl Adiacen! to �rive Avpwach 0247.1460 Remove Conc Valley Guner (56lSOy 0241.14D0 Rer�ove Ganc Vallev Guner (109 % Saweq 3216.0201 7" Conc Valiey Gulter, Resideioliai (50�50) 3216.0201 7" Conc Valleq Gvlter, Resfden�al (100% Sewer} � 32.i 1.4112 6" Flex Base Type A, GR-1 {50l50) 32.11.01 i26" FEe� 8ase Type A, GZ-1 {10a%Sewer} 0241.1a00 Remave Conc Pvmt (50150) 0241,1000 Remove Canc Pvml (106% Sewer} 0241 _1700 11" Pavement Puiverization (5ol5n� o241,i7a0 71"PavemenlPuivaiizalion(140%Sewer} 3212,0303 3" ASAhalt Pvmt TYps �(50150) 3212.0303 7" AsphaEt Pvmt Type �(1�6% Sewerl 3211.Ofi00 Cement Stabiliation @ 2fi IhslsV {5fli5�) 321 f.0600 Cemenl 5tahiliaiian (a). 2fi l6slsv {100% Sewerl 02A1_7800 RemoveAsphalt$�eedCushion(50150) 32120601 HMAC Speed Cus6ion wilh Siripong (50l5�� 3277 Oi62 8� sl.p pvml Ma�kfnq HAs IY1 (5a160} 32,i7,05a4 PtefarmedThermoplaslfcConlrastMarkfngs-24'SlopBars (50150) 9Z41AW0 RemoveFence 3237.0452 6' Fences. Woatl 7125a10! 6WPPP >_ 1 acre 3471.OQa� Tra(�c Con[rol 3�92.0100 6iur,k Sotl Placemen[ (501561 az�i_osoo rooso�i tsorsol 3277_5001 CurhAddressPain�nal5015�1 3349,5a�5 RemoveandRe�lacelnletTan_5'l50150Y 9999 00�3 9-0iscellaneous Imyation AUuslmen� 99999992 LandscaoinoReoair 9999,9999 CanslrucElon AIlowance 024L 1700 11" Pavemenl P�MedzaGon {SOi50� 3214_06�4 Cement Siahiliafion (� 2fi Ibslsy {SQ150) 02a1-iSa7 3"SurEaceWllling 0241.1604 B�ittMillin7 3217.0142 6" SL� Pvml Maricing HAS (Yj (5415�] Bidder's Application IiiilJrr';]'�op�i��,il I 1 S�x�c�fcaliun ti��cl�un Nu. 1t.u�iui (�u:;'i,�il4 I��nii Fn�. El�i,l V:iliic I 32 01 18 72 01 17 32 01 79 72 01 29 �2 13 20 �2 13 20 ]2 13 2� 321320 02 41 I 3 02 41 I 3 024113 02 Af 13 32 13 20 32 13 20 02 41 15 02 41 15 3218 13 321613 02 41 13 �2 41 13 02 41 14 0� 41 14 32 i 6 02 sz �s oz 32 I i Vl 72 11 01 02 41 15 �2 41 15 02 41 15 02 41 15 32121fi 32 12 18 32 11 33 3211 ]3 02 41 19 32 1216 32 17 01 32 14 OS 02 41 OS 02 A 1 05 31 25 QO 34 71 13 329213 32 91 19 321725 33 49 50 9999.9999 9999.99s9 8999.9999 UV[T 7 - P:i�'ne 0241 t5 32 11 33 0241 i5 02 41 15 321703 32,17.0504 Preformetl Therrnonlastic ConUas! Markinqs -24' Smp Ba�s (S�f5d7 32 1 A 05 31�3.0161 Unclassiled Stree[ Excava@on (SOIW} 3242.0309 3" Asphalt Pvmt Type �{50l50� 3305.0707 ManholeAdius�men[.minorwlGancrelaCaflar `54l50) 3305.Oill Valve&oxAdjusimentwlGoncreteLollar(50150} 3217.0501 24" SL� Pvml Ma�kinq HAE (Viq 6241.1300 Remove Conc Cur68Gutter f�01501 72760f01 fi"CancCur6andGutter(50150) 0241.U407 Remove Concrete �nve �50f50ti 3213,6400 6"Cancrele�iivev2 yf5015a1 3213.Q]01 4" Conc 5idewalk. Adiacen[ lo CurU 154�501 3213.0701 4" Cone Sidewalk (591501 024La100 Remove Sidewalk (S�15U} 0247.1�00 Remo�e Conc Pvm[ (5�lt0! 0241.1400 Remove Conc Vallev Guiter j50l50 3216_02�7 7" Conc Vallev Gutter. ResideNiall�Q750! 329201�0 Block Sod PEacemenE f50l5a1 329S,01U0 Tonsoil (50l50} 3277_5065 Cuih AUtlress bafntin(�[50l501 32.11.0112 6" Flex Base Tvoe A, GR 1 (5�I50r 3349_S�US Remove and Reolace In[e1 Too. 5 i501501 ssss.aoaz Pa���o co�so-��ro� niFowa��e 9999.a��3 Miscellaneoiis Irriaalion Adioslmenl 31 23 1'0 32 12 i 6 33 05 01 33 {75 01 32 17 23 ax ar ts 32 16 13 02 41 13 32 13 20 32 13 20 32 i3 20 02 41 13 02 41 15 02 41 1 b 32 16 02 32 92 13 �2 91 19 32 7 7 25 32 77 Ot 3] 49 5� 99994Q02 9999a007 LF 2.148 SY f00 SY 14 SY 2a SF s SF 22 SF 27 SF 7 SF 27 SF 3�I SF 363 SF 7351 SF 363' SF 735 LF 157 LF 9fi LF 151 LF 9fi LF 18 LF 19 SY ifi sY 32 sY i5 SY 32 SY 537 SY 5.500 SY 537 SY 5.540 SY 2,437 SY 6 245 SY 2.437 SY fi295 TN 32 rN az EA 1 EA I LF 25 LF 3 LF 1❑ LF 1� LS { MO 4 SY 33 CY 6 EA 2 EA 1 LS I 510 000_00 LS 1 55.000.00 LS 1 5100.006.00 Suh-Tn�n1 S,N[T 2-S�auitary Sn+rr SY TN SY LF LF LF CY SY EA EA LF �.F LF SF SF SF SF SF SY SY SV SV CY EA 5Y EA LS LS 4 875 63 27.800 1 190 56 7 s,ioo 4.875 4 20 100 soa 303 72H 728 17 5�" 55 1.Oy� 32 32 68 11 id 1.�7� 1 f ssoa0000 1 525,Q00.4� Suh-Thral [;M1lF3-Pnrine � � 1 I l � � � � 1 1 I � � � � � � � � � I � � 1 1 � � � 1 _1 II I I 1 I $10.Oad 001 35.090 OOf sroo 6ao ool s i is.unn.un� � � I I � � � I SSO.Q00.90 525,Q00.40 57+.Ilull.11ll �II'1'�'�EE'�:�flT N1:11T11 L�Si�i\sl F� 1F1� till� i� I_ f l SII_„ I� 11u�:..l��ni��' 4�•:rP.:3ulil�E�il��[�.ni��i ;R2� u�3�[-0 r<,.:Ya�r��i>�rzi rry i��i.��� UNIT PRICE BID IliJ�is� If�'m Nn. I)_s«��,i'i.,� � � 1 37495001 5'Gur61n€et � 2 �349.50p1 10' Cu16 4n1e1 � 3 73A9,5002 15' Curh Inlet � 4 0241.4005 Remove5'Cur�lnlet 5 024t.4001 Remove 76' Gurb Inlel i 6 �241.4002 Remavel5'Curhlnfet I 7 3365.0149 Exploramry Excavation o( Exislinp lltilibes � 8 32t3.a3a1 4" Conc Sidewalk I 9 �24�-�70� Remove5fdawalk � 10 3213.0506 Barrier Free Ramp, TVpe P-1 � 11 �241.�700 RemoveAOARamp � 32 3441,411a ReinslaliTraffic5�� � 13 3441.4106 Remave TraiFic Siun � 14 9994,Q003 Misceilaneous Irnqafion AUiuslmenl � 15 9999.9�9� Constmctinn allowance � � BiJ Suimnury �lJnft 1 - Water � llnil2 - San'i18fV S2WBf Itlni� 3-Pauinq � UniE 4- Slorm �rafn � SECTION 00 42 43 PROP45ALFOSiM ����«tir�ii�.r _Jc.[i.m \'i� UNl'f S -Slnrm llrniii 33 49 20 33 49 26 33 49 20 a241 f4 � 02 41 14 Id241 �4 33 05 30 72 13 20 02 41 13 32 13 20 99 99 99 99 99 99 99 99 89 99 99 99 99 99 44 8idder's Application EAU OF ]!['I loN - ���•lilll ST.�.➢:W I� ��� ��titi INi-��lnti A�I:CQ7t' 1nu�- a�L'L]IE�I s' ye.�.�'A n sn+ii+l �,��.��, E,�,�,,,,;�� 1!nil i�l [3iJ �11ua�ir I�iiani�ii� l�n�tl�n.. � EA 2 I EA 2I — I EA 2 EA 2 EA 2 FA z EA i SF 58 SF 58 EA I 1 £A i 1 EA I 1 EA � �-s � ss.000.ao �s i szs aoa o0 5��_, �,,:� ����T a _s,,,�m ���,;� I ! Tninl 6i�sr HiJ HiJ V:iin. �I � � � � � 55 d00.9a� szs aoo.aa „��,��,��.����i 1 575A00.001 si i s oao.00 I 575.ODO.00I 53U.00�,OO I 8295,00�.001 1lac,r� saNi�n sexa x-hfiAii�o.n f�.aiv,:� :�.�:n n���.0 �'P�1��3�1•i CPN 103419 Water and 5anitary Sewer Replacements Contract Z020, WSM-D ADDENDUM NO. 2 ATTACHMEIVT A Tf�is document is pro�ided as supplernent to the Water and Sanitary Sewer Replacements Contract 2020, W5M-D Contract Docu�nents. Below are responses to questions for clarifications that may require additional information and/or are not addressed directly wi#hin the contract dacuments: Q9-1: AII of the waterservice brd rtems say "with surface restorafion" fhis is not fypical. The sod and fernporary / permanent pavemeni are always measured and paid for separately. R7-1: There are separate pay i#ems for sod and top soil included as bid items. Surface restoration incEudina temporary pavement repair will be considered suhsicfiary to the water services in the street beina installed. Q 9-2: We need prebid fotals for fhe followrng rtems: Unrt 1- 54 lrrigation repair 55 Landscaprng repair Unit 2- 57 Irrigatron repair 58 Zandscaping repair Unif 4- 14 lrrigation repair R1-2: See Proposa! Form Re�lacemenf Section. cluantities have been updated in the Aroposal form issued by Addendum 2 Q1-3: Could we get clarificafron ort items 9&?0 in the paving section? Neifherof them are standard bid items and the special specrficatron vuas not inclLrded in the s,aecifications. 9 Ful1 Depth Remova! 99 99 99 SY 5,7Q0 ?0 Fcr!! Depth Reco��struction with Excess Materia! 99 39 99 5Y 5,70� R1-3: See Proposal Form l�eplacement Sectian. auantifies have been updated in the proposa! form issued bv Addendum 2 Q1-4: The performed thermoplastic contrasf markings are extremely expensive. There are bid iterrrs for "Preforrned Thennoplastic Contrast Markings - 24" Stop Bars" and "24° SLD Pvmt Marking HAE (WJ" and the NAE is much more reasonable. Would fhe city consrder installrng NAE sfop bars and removing the preformed thermoplasfic ifems from the praposal? R1-4: HAE stop bars can npt be used as replacement for Preformed 7hermoplastic Contract Markinqs. Q1-5: !s an estimated cost available? A-1 lof2 CPN �03419 ADDENDUM NO. 2 Water and Sanitary 5ewer Replacements Contract 20Z0, WSM-D AITACHMEN�' A R1-5: 12 million to 13 million Q 9-6: Please pa5t the pre-bid atfe��dee list. R1-6: Clavton 7orrance. Car[ps J, Anael Sanchez. Zach frwin. Christonher Archibeque Q7-7: There are a few streets on this projecf that were not included in the street cores that were provided. Does the crty have sfreef cores they coctld provide for Hamrlton {a!!J, W. 5th (Ma�tficello io Universrty), Virginia P! (al!), W. 4th? Ri-7: See attachment B issued bv Addendum 2 Q 1-8: There are 50 EA 4"-92" pressure plugs sef c1p rn the proposal, buf it Iooks like those are a!! cut and plugs. R1-8: See Proposa� Form Replacement Section, q�antities have been updated in the proposal form �ssued bv Addendum 2 Q9-9: The exce! proposa! and fhe proposa! in the spec book dan`t match. Many af the rtems and quantitie are different, not scrre which one is correct.... After dorng fakeoffs, if looks like fhe proposal in th� spec bool is the correct proposal. R'�-9: See Pronasal Form Replacernent Section, auantiti�s and bid items have been uAdated in tF�e nroposal farm issued bv Addendum 2. Addendums must be acknowled4ed when submi�tina a bid. Q1-f0: Carr you please provide a list of plan holders? R1-10: See Attachme�t C issued b� Acfdendum 2 A-1 2 of 2 �nRT�oRTH��a , <� City of Fort Worth Capital Delivery Division/Soi[ La6 920 Waod�vard Street Fort Woz�th, Texas 7b107 Laboratory Test Restilts for Amendment Worl� for 103419 Cori��g P��oject 05/06/2023 Pro�ect: CFN# ]03�19 Date Tested: Q5101/2023 — 05/05/2023 Requestecl by: Brenda Orapeza PlZone: S17-392-7920 TElis re�ot-t presents tlle results of a stt'eet cot•ulb projeci for CPN #103419. Mr. Stepllen Overto�l and Mr. Daniel Wrigl�t perfoz•ined the cores, and NIr. Zelalem Arega reviewed and app►�aved tlle res�ilts. Lenox Drive (Montice[lo Drive to Potomac Avenue) HOLE # l LOCATION: 155' West ofMontice[lo Drive (W/4) 4.00" HMAC 6.00" Coi�crete (3044 PSI} 6.00'' Bro�vil sandy clay (LL- 63, YL- 17, Pi- 4G} HOLE # 2 LOC�ITION: 10' West ofHamilton Avenue (E/4} 2.00" HMAC 5.00'" Concrete (4072 PSI} 4.00'" Dark bro�uil sandy clay (LL- 57, PL- 19, PI- 38) 5.00" Brown sancly clay HQLE # 3 LOCAT�ON: 30' East of Potomac Avenue (Wl4) 2.00" HMAC 6.00'" Concreta (2799 PSI} 4.00" Dark bro�vn sandy clay 4.d0'" B�•own sandy clay CPN 103419 Water and Sanitary Sewer Replacemenfs Contract 2020, WSM-D Addendum No.2 Attachment B Page 1 of 5 FoRTWoR���� City of Fort Worih Capital Delivery Division/5oil Lab 920 Woodward Street Fort Wqrtll, Texas 761 Q7 Potomac Avenue (Lenox Drive to W. 4'�' Street) HOLE # 1 LOCATION:3640 Potamac Avenue (S14) 2.00" H MA C 7.00"' Concrete (2765 PSI} 7.00'' Pale brown clay with L�inestone (LL- 39, PL- i 6, PI- 23) HOLE # 2 LOCATION: 3608 Potomac Avenue (N14) 1.75' HMAC 7.2�'" Base Material (Gght brown flex base} 7.00" Pafe bror�vn clay witll lunesto��e West 5'h Avenue (Unive�sity Drive to Carra[1 S#reet) �-iOLE # 1 LOCATION� 1G0' East of University Drive (W/4) 1.75" HMAC 7.75" Base material (Brown clayey sand with limestonc) b.50" Dael< b��own c[ay {LL- 31, PL- 12, PI- 19) HOLE # 2 LQCAT[ON: 2929 West St�' Avenue (EI4) 6.50'" HMAC 5.50" Base �naterial {Brown ciayey sand wit11 limestone) 4.00" Brow�1 clayey sand with li�r�esione HQLE # 3 LOCATION: 170' West of Currie Street (W14} 2.50'" HMAC 7.50'' Base matcria! (Beown clayey sai7d witl� li�nestone) 6.Q0" Reddish ba•o�vn sanc[y clay (LL- 32, PL- 14, PI- 18) CPN 103419 Water and Sanitary Sewer Replacements Contract 2020, WSM-D Phone: S 17-392-7920 Addendum No.2 Atkachment B Page 2 of 5 Fo�T�oRTH�� c�r� ofFfl�-r wo�r� Capital Delivery DivisioillSoil Lab 920 Woodward St��eet Fort Worth, Texas 76107 HOLE ## 4 LOCATION: 2832 West Sf'' Avenue (E14) 2.00" HMAC 7.50" Base mate►-ial (Brawn clayey sanc! with liinestone) 6.50" Reddish brown saaldy clay HOLE # 5 LOCATION: 28Q9 West 5�" Avenue (W/�4) 2.50" HMAC 7.50°' Base material(Bra�v�1 cEayey satic! with limestone) 6.00" Bt•ow�l sandy c[ay witl� lunestone (LL- 27, PLT 13, PI- 14) HOLC #� 6 LOCATION: 2732 West 5th Avenue (EI4) 5,00'' HMAC 8.00'' RecE brown sandy clay HOLE # 7 LOCATION: I�0' West ofCarroll Street {W/4) 2.OQ"' HMAC 5.00" Concrete (Brokeil) 2.00"' Brown clayey saE�d with limestone 7.00" Brown sandy clay wit11 limestone and beick pieces Wes# 6��' Avenue {University D�-ive to Carrol[ Street) HOLE # 1 LOCATION: 150' West ofCarroll 5treet (W/4) 2.50" HMAC 6.SQ'" Base material (Brown clayey sand widl lllneston�) 7.00" Browt�/ Red brown clayey sand (LL- 2b, PL- 14, PI- 12) CPN 103419 Water ancf Sanitary Sewer Replacements Contract 202p, WSM-D Phone: $�7-392-7920 Addendum No.2 Attachment B Page 3 of 5 �`oR�rWo�TH�� � �.�: City of Fc�rt Worth Ca�ital Delive�-y Divisioi�/Soil La� 920 Woodward Street Fort Worth, Texas 7b l 07 HOLE # 2 LOCATION: 150' East ofFoch Street {E/4) 2.50" HMAC 5S0'" Base material (Brown clayey sand with lunesto«e) $.00" Red browi�/ Brown cEayey sa�ld HOLE # 3 LOCA7"ION: 2812 West 6tt' Avenue (W14} 3.00" HMAC 9.00" Grey crushed limeston� 6.D0'' Red braw��/ Brown clayey sand HOLL, # 4 LOCATION: 2838 West 6"' Avenue (E/4) 1.50''HMAC 7.50"' Base material {Brown clayey sand with 1ii�lestane) 7.00" I3rown sa�lc�y clay witl� [imestane (LL- 27, PL- 14, Pi- 13} HOLE # 5 LOCATION: 2900 West 6tti Avenue (W/4} 2.00'' HMAC 9.00'" Base �r�ate►-ial (Brown clayey sand �vith li�nestone) 5.00" Red brownl Brawn clayey sand HOLE # 6 LOCATiON: 2924 West 6f'' Avenue (�14) 4.00'" HMAC G.00"' Base mate�•ial (Bro�vn c[ayey sand wit11 li��lestane} 6.00'� Bt'own sandy clay w�th limestone GP�i '103419 Water and Sanitary Sewer Replacements Co�tract 2U20, W5M-D Phone:817-392-7920 Addendum No.2 A#tachrr�ent B Page 4 of 5 FORT W�RTH� City of Fort Worth Capital Delivery Division/Soil Lab 920 Wood�vard Stre�t Fart Worth, Texas 76107 HQLE # 7 LOCATION: 150' West ofNonvoorl Street (W14) 3.00'' I-IMAC 8.50" Concrete {3250 PSI) 4.50" Ce��slled limestone CPN 1Q3419 Wa#er and Sanitary Sewer Replacements Contract 2020, WSM-� P hone : 817-392-7920 Addendum No.2 Attachment B Page 5 of 5 FORT�ORTHru City of Fart Wortli Capital Defivery DivisionlSoil Lab 8851 C�ulp Bowie Bl�d #300 Fort Wortli, TX 76116 Phone:817-342-7920 Laboratoiy Test Results for West 4`�' Sh-eet, West 5°' Sti-eet, Vu-�rinia Place, Hamiltan Avenue, Lenox Drive St�•ect Coi-u1g Proj�ct 10/13/2021 Project: CPN# 103419 Date Tested: 10/G/2021 — 10/12/202I Rec�uested by: Brenda Oropeza This repoi�t pt-esents the resutts of a sn-eet caring project faa• CPN # 103419. Mi-. Stephen Overton and Mr. Daniel Wright per-�ormed the cores, and N1r. Zelalem Arega reviewed and approved the resuhs. Hatniltou Avenue (Bailey Avenue to Virginia Place) HOLE # 1 LOCATION: 3311 Hamilton Avenue (E14} 2.50" I1MAC 7.pp" Base inaterial (Grey Lunestone llex base) 6.50" Dark brown sandy clay (LL- 42, PL- 22, PI- 20} Sf�c-ic�kage %: 12.5 HOLE # 2 LOCATION: 3405 Hamiltan Avenue {W14) 2.50" HMAC 6.00" Base material (red brown sand wit�1 rock) 7.50" Dai�k brown sandy clay HQLE # 3 LOCAT[�N: 3500 Hannilton Avenue (E/4) 3.50" H]VIAC 4.50" Concrete (Broken) $.QO" B�-own sandy clay (LL- 41, PL- 21, PI- 20} ShrinEcage °/a: 12.5 CPN 103499 Water and Sanitary 5ewer Replacements Gontract 2020, WSM-D Addendum No.2 Attachment B Page 1 of 5 FqRT �VaRTH�v� City of Fort Worth Capital De�ivery Divisioi�/Soil Lab $851 Ca�np Bowie Blvd #300 Fort Worth, TX 76116 HO LE #4 LOCATION: 3583 Hamilton Avenue {W/4} 2.50" HMAC 6.50" Concrete (3186 PSI) �.aa"' Brown sandy clay HOLE #5 LOCAT[ON: 360b Hamilto�a Avenue (E14) 4.00" HMAC 5.25" Conc��ete (43I3 PSI} 6.75" Brown sandy ciay HOLE #b LOCATION; 3704 Hamiltor� Avenue (W/4) 2.50" HMAC 7.aa" Concz�ete (4985 PSIj 6.50" Bz•own sandy clay HOLE #7 LOCATION: 3733 Hamilton Avenue {E/4) 4.00" HMAC 6.50" Cancrete {Braken) 5.50" Brown sandy clay HOLE #S LOCAT[ON: 3813 Hanuiton Avenve (W/4} 3.25" HMAC 5.75" Concrete (4633 PSI) 7.00" Brown sandy clay CPN 1034'�9 Water and Sanitary Sewer Replacements Cantract 2020, WSM-D Phone:$17-392-792Q Addendum I�o.2 Attachment B Page 2 of 5 Fo RT i�o RT H �l� of �°� Wo�h c�� Capital DeIivery Divisiort/Soi] Lab Phone: 817-392-7920 885I Camp Bowie I31vd #304 Fort Worth, TX 76116 HOLE #9 LOCATION: 3918 Ha�nilton Avenue (E/4} 3.50" HM�C 6.50" Goncre�e (2542 PSI) 6.00" Yellowish brown clay (LL- 3 I, PL- 19, PI- 12) Shrinkage %: 7.5 West 5�' St�•eet {University Di1ve to Bailey Avenue) &(Monticello Drive to Arch Adan�s Street) � HOLE #1 LOCATION: 3116 West 5`h St�•eet {W14) 2.75" HMAC 4.50" Concrete (550$ PSI) 8.75' Brown sandy clay with rock (LL- 38, PL- 22, PI- 1 b) Shrinkage %: 10 HOLE #2 LOCATION: 33I2 West 5'" Street (W14) �.so�� �ac 5.50" Concrete {518 I PSI) 9.00" Brown sandy c�ay (LL- 47, PL- 27, PI- 20) Sh�-inkage %: 12.5 HOLE #3 LOCATION: 3401 West 5'h Sh�eet (E14) 2.75" HMAC 6.50" Cancrete (5081 PSI) 6.75" Brown sandy c�y HOLE �#4 LOCATION: 3505 West 5"� Street (W/4) 3.25" HMAC 5.50" Concrete (6764 PSI} 7.25" Brown saz�dy clay CPN 1Q34'19 Addendum iVa.2 Wa#er and Sanitary Sewer Replacements Contraci 2020, WSM-D Attachment B Page 3 af 5 �"o RT i►�o RT H;�,. City of Fort Warth Capita� Delivery D�vision/Soil Lab Phon�: 817-392-7920 8$51 Camp Bowie Blv� #300 �'ort Worth, TX 75116 West 4th Sh•eet (Sailey Avenue to Monticello Drive) HO LE # 1 I.00ATION: 50' East of West 4`" S[�•eetl Monticello Drive Intersectiou (W14) 4.25" IIMAC 4.75" Base n�terial (Red brown c�ayey sancE with rock} �.aa" Brown sandy clay wrth rock HQLE #2 LOCATI�N: 3409 West 4"' Street {E/4} 2.50" HMAC 6.00"' Concrete (Broken} 8.50" Brown sandy c�ay {LL- 49, PL- 29, PI- 20) Sluinkage %: 12.5 HOLE #3 LOCATTON: 3328 West 4t�' Street {W14} 3.25" HMAC 6.00" Concrete (6563 PSI} 6.75' Brown sandy clay HOL,E #4 LOCATiON: 3304 West 4t'' Street (EI4) 2.50" HMAC 6.00" Concrete (4971 PSI) 7.5Q" Brown sandy clay Virginia Piace (Monticello Drive to Paton�c Avenue) CPI� 103419 Addendum No.2 Water and 5anitary Sewer Replacernents Contract 2020, W5M-E3 Attachment B Page 4 of 5 �0 RT �Q RT H c�� City of Fo�� Worth Capital De[ivery DivisionlSoil Lab Phone: 817-392-7920 8851 Can1p $owie Blvd #300 Fort Worth, '['X 761 I6 HOLE # I � LOCATION: 100' South of Virginia Place and Mouticello Drive Intersection (S/4) 3.25" HMAC 5.75" Concz•ete (4525 PSI) �.aa" Bt•own sandy clay {LL- 46, PL- 2$, P1- 18} SEu-inkage °/o; 12.5 HOLE #2 LOCATION: 305 Virginia Place (Nl4) 3.00" F�MAC 6.(]0" Concrete (4028 PSI} 3.00" Brown sandy cl�y with 1•ock 6.00" Yellowish brown clay Lenax Drive {Dorottry Lane to Potomac Avenue) HOLE # 1 LOCATION: 3733 Lenax Drive (E/4) 3.00" HMAC 6.00" Concrete {420 � PSf) 7.00" Brownl Dark brown clay wrth rock and calciu�n nodules (LL- 42, PL- 26, P1- 16) Shrinkage %: I2.5 HOLE #2 LOCATION: 3705 Ler�ox Drive {W/4) 2.75" IIMAC 6.00" Coizcret� (Broken) 7.25" Yellowisl� brown c�ay with calciu�n nodules (LL- 39, PL- 24, PI- 1 S) Sht-inkage %: �2.5 CPN 103419 Addendum No.2 Water and Sanitary Sewer Replacements Contract 2Q20, WSM-€} Attachment B Page 5 of 5 endor Name ; ft CansUEiction Saruiczs 'ACIPCO AGfPC� A�vaileed pAving i511i:�nce GeoServlces, LLC Arnzarack 6CAC VndrrR�ound BenFiark �� YyNy 9LACKFtOCK CONSTRUCTIoiJ BwldCantral�nc C. C. Lamon ConsUuclion Inc. �an.iry ConslfUctian . Civ�l Tree S�Ivlions CJI3 GROUP LLC 'Consiruc[cunnecl 'Consirvctian Bid Source. LLC � Co��t.-:ch En4iueered SOWiion.s LLC � Coie and Mam . oo��a-iena��y�a uu co oeliek ❑odge pata and Anai%�cs FERGl15ON WATERWORKS FhIH Cnnsfruction,LLC Fart Nbrth Ciuil Construc�a�s Fort Woijh Giv�l Cnnslrucfors, LLG Forl Worih Ci�nl Co-nstrucmr�, LLC 'GJ Seedin9. LLC Gralc�z UhFhas Ent Hohas Pip2 IJSA �� Insiiufnrm T^.cMola9ies LLC '� Iron F Coiisfiur.iian �nc. '�JBL Cnnhuclian LLC ��,Jackaon Constiuuion, Lld IJohnson counN Vy'Imvaicr 'Johnson Go[�niy Winwaier ; Jorye hlendes Landscapmy i Kluiz Consfmciion ;Lakzs3oore �eainin� hiitarials, LLC ;fviA�ER4 Enyineers 8 Cnnsimclor, LEC jMAKOUINC ;�v1A5 Coiuulilny Bzyirzeers NIA �i Nrrds fuc I fV9RTH TX` �ON�4T REPT 3 PLANF2ooAl �� No�lhwes� Y��pe Compaiiy 181dcasue �,Pre�l�ilar Directioiial LLC �Piro-Pipe Srrvrccs. LLC � Conlact Name 'RAl1LCFNALES �JaKx Phlih�s �Ferri Ny �iyz� � BIc Anderson 'JESUSLAJARA iAntho y �elean Ihllkz Kotzol iJames pa��is !Cadas Jimenez �Karen Ericksan 'L�y a 2amora �16ebbie Bmvm '� H h��Ghh�llen jAnn Herold 'Ih,7ichaal Swhbs :EGzabani SUyoker �Chiis Tlanda �Aaul Norrnan �A6alo Tehnun9ue ISource A:lanag=�nent ���II HanillEan ONOA RHO�ES 'Candace Gdlespie ��Carol�n Alumhaugh 'I�ou[ `Alumbaugli �,9nce Alumbaugh �Gay�e Juraschek ��P.ex Hellin �Br.�d Hunemuller 'flm Pet�rle travis iheo6ald �Lu'isRseiicio ❑anny ClcCutch� CJ Pe� P��slf��anc�r Jar�e f.1e�i�es Chai�ie Y.lulz . Eunrca Pafarson 'Julia Bur �rel^_ jF,1AQ500� KHAN �.Ail�el 3anr.heZ , �,f, rr. Hi l o.,n�iei pe G.aa� LIN�k hlc6ritle . Francu P'ia�ulli Ni;( Bids iach hr.iy C•�r�a Rzyzs Cantact Emaif rcana a �(�2resixsam ja&epl�il� �Srgamailean-osa aom uan�tlers�ameiican-�isic m on�qa�vancedpavinyco com iiF ulli��cegeos� v�rces com ade�qq(a�ipmorac�.mm �nko Q �r���y i�d q �nd.com 'jamesda� , h#�enm�rkc1om I CARLOS� ��,4CJ{�2oCKGONSTRUCTIONTX.COtd I Kate�@bi�if�ccnlfa�.com ��iscadil�9;�6„�a�i co�., estirnatiiiy gra-3�K com enu�emuucjLhobaspiue.c❑in ilnsllulwmsales�,a+nzmia.com I'�nd�(��/ mtakusa coiii fqiamlfecnwpipe.com �i �x4i�fsnoldcaslle.com -�l l a Y� Pr� d� or�1i r � c I i pn n 4. c oi i o f f Ipra�pipa6 tlbox` pre-Nipe com CPN 107419 Water and Sanl�ary Sewer qepiacemenls Contract 20Y0, wSm�o PlioneNumber ',Rddress � I ( �,�'2\116 N P�;, K Slrcat 111A �eflas Teras U5 75204 � � 3 �915 15tl� SY N 8urninylt`am P�,�6lma 115 352d7 I 214�2�.13�}o 271 E Jue F�iel� Rd- �a4as Iexas 115 75229 , 2I4�n93G5uo 3420 Stcven Or Plana Texas 115 75023 ' 7257I411A2 ?07 Heii[aye Courl 5idphurySor`� ��s Te�:�s U5 75A92 � 66233103225069AifRorlFree�y�y HaltomC� TXU576437 7374439296 154o5 ik-2� Ll�zriy Nill Tesas US�A532 �915-232-2119 .246o H�ry 287 N Sllilc F00 F,lANSFIEL� T,:xas 115 7o063 I 7126411043 726 W �htio 51 Suite 300 Cl�icado ILLINOf5l15 v"065A-65o5 I 8178751102'78 E 5 Auslin Ln Forf Warth Texas lf5 761 � I 68260Q3a3i 2Is Goweneye Ln Fnq Worih Texas 115 70124 B5n92e9fl09-1241vlsrdottdrive, Soile 2G1 Tallohasaae Roilda u5 32307 I 80036A2059,3625 EJwards Rd _ SiiiL-: ef10 Ckncinn.alE Ohio US A52U4 214-575-u475 .2201 W_ i2oYal Lane Sulle 2G0 Irvin.q Teaas U5 750'a3 ?14-671-�Jd1n '43331rnr�991utl OallasTexasl157S247 • 2s43g<R52�.318 Glen Li� 4iickary Creek TX US 75�65 ' 800A562009�I2291 Wood O�k� H�mtlon V�yiiva LIS 2�171 com ,817-267-3300 I2s5u 5. PIpELINE ROA� E�LE55 Ter�s US 76d4U 140`8-248�0301 �SdqNCENTP.ALERPYSTEla5 PIAhIOTexasu575a7q '817�56?-?�9? iq960 tilark IV Pkvry Forl Wnrth Taxas 115 76106 8175622292 4860 hi�rk IV Parkway Fort Woiui Texas V5 75106 - 817562?:4�4866 hlerk IV Park�vay Foit WoAh Texas U5 7Gt 0G . 817426e2s�/1 Ia86 S BUP.LESON BLVO Burfeson Tzx, s Johason 76o2A � 81778If1234�POBoxi038 KenneJaleTzxasU57fi060 214-31i-0950 '58�GaddardCheslerfieldMissouiilJ55;005 4697121222 25I2 Pnllnn D� h1elissa Tx lJ5 75355 �, 21J19I744d 2320 San Jacinto 63vd S�ii[a 320 Oznlon 7X 76205 I� 5i 12 Sui� Valley �r Forl WaN� Texas LIS 76319 617 �AS-0535 /7G36 5. 135 W Alvarado TX 115 760u9 ' 8i7994J�715jo .4lvaradoTexasUS76628 Si75&15�9�P p�px1651Seinle�falETXU5764ba Ii800-021-i3�d 2G95 E �omin`]uaz St Cnrson Califo�ma US 90895 ' 617o4g077y' 3I'1 S�'shlock aiive Hniislon Texas U5 77a82 I �91y� 42G�G�Od parks�de �r A[linqtoi) S% 119 75001 :817- ����2�12 1d1 �`uinmil Avei��e. Suilr i030 Fort WortEi Tesas US 76028 4092123s 73�v27 Camenlina �� Grand Praine Teeas LIS 75052-2557 ]0731 71337 i720 Blelr P.cl Silver �}r�ing Paa�ylTntl IJ�9 2a912 , y1 n,\�e 5J ��(l0 5 STEFd�lO�N `5 F�RW'I '�, 520i LAKE 6ALLA5 Tsves VS 750v5 4���s:������. ��� Lanq�hor3i RJ Foil Woith T�:xas L15 7fi 179 I I�0 Heiilaqe Pka• Mlansfiol� Texas LI5 760o"'. 4723073ia�1�3�13 Marbell�a �i �rl W�i1h. Tx 7512G F�11 War[h T�ras L15 761-n -80Q-7E4-7473 �' 16297 W Van BLlren SI., SVlle 2a 7ollesnn Anzona u5 6�35v q�dend�m No.P Allachmen[ C . R 8 D Burns Broth�rs, Inc ftangelina ' ReYi}olds Asphalt 8 eons�ruction , RPPd KConstructinn, L1.0 �RW JonesH ay'IyConslrucli�n 5 J. LOLiS GonsIiUGHOfI OI TZ%35 �SEr4 onshuction PaMe�s. LLC, s�d(� �STAlir�e W.3tenvorks �Tax2s MalarlalsGroup �7eYas Wrler Producls.lnc TexOp Canslructiai�. LP ' Tham sors Pipz Grnu� Vznu �anslmc4on Virtuai BuilderEx�hanqe ' Wil�iam ,� SchullZ Inc dLa CktlP C ConsEruclion Company aoom� Gonlrectors, Inc 6onaltl 9urus Kyle Mzlson Ne�l Ta�kersl�y �Defane Santleira 'Juan Vasqiiez Atlam Lunsim� , Ravl R�amiret 's!t(9 phhj JTmes Sa���ers IE2an Stinson LeanUrn RainrzzZ 'Vaness.a qielzmann 'Je(f pa[efsan A:like Plunfc �Jeannene olquin -7zn Skelly . z,�n invin '�6aa cl�eny I rtlbuiiosbioseshcqoba3.riet I' kylei�ranc]ellne.00m ��izoiia con�racts,a?sparxiasers,com ankrrs�ayf�rayrlw�sasphall.com ,�siimatiny-puhl�ic'u��rpmxconstr�c�ion.com ��vasyue��rw�onzslveavY.cam �esG� )inq-mansF�eld�ls�ows.cmn ra�E{�sercon��ru'�p ne� �nlosfti mE1 �S3tr�a Jm]II.[om -I��ICS.5dl��e� i!a',511�Q.C6ii1 irnnalA.slinson(��ea, nalzrialscom sa,ykp��fnllz�asuvTlzrnroducis coin '� udiel:mann3a�f epop.c�in m�lun G ��,�on��Lnmrsar��IPagro�Q.cam p �_Yen`��cansi�oction.mm '.jcanna�tt�,i�rcriiwalhx com it.sk211Y��1jc �cr.p�jnsw�liun.com �finvin24 `q� {��ail.corn :ci�c799��!'�� 5(q_lqmail.com � ' 8172398535 t 150 81ue Mound R� W Hasle� TeKas 115 76052 1i2t4-234-0722 a5�a ILIeY�� Way Suile I Oa hlcKinney Texas U5 75fl7a ',df7-374-7573 7133Ranqe�H��ry� Waatherior�7exasU57o688 � 8j ��Q����I ���� Gui �.ve Mansfield TX Fexas lJ5 76057 r� P.�sadena Blvd Pasadena Texas U5175o� '.980-305-7171 :6ia Griffith Ftoad Ch. rlan� 7X Li5 28217 �21474135�I i420 Deckar i]r 2u� hving Teras U5 75a62 6i7•3579�88�5B25E.9errySher,l Faf�Woh€tT%US7fi119 1.05d2�3a28'1997�.facArtiwr8lvJ. G�andPrairizTerasU5730�4 IJ26 S �.iain Stree[ P.laiisfield Texis U5 76003 2 i056no90o 4�47 Nacn Perrin San Antanio Texas 115 78217 8i i-9as-7��G SOO W Tramm�Il Avc Fort Wonh Forl LVorih 7eras u5 763A0 817-d85�d787 i6a0 TaV1er Or Fart Wo[III Texas 11S 760fi0 CPN 703419 Atltlentlum No.2 Waler and Sanitary Sewe� REplawmenls Contr�ci 2020, WSM-O AtiachmenS C [�l�T��R H TH�� AD�ENDUM TD INVITATION 70 BI� NO. 25-�241 WATER AND SANITARY SEWER REPLACEM�NT CONTRACT 202Q, WSM-D WATER DEPARTMENT ADDE�tDUM NO. 3 DATE 1SSU��: October 3, 2U25 INVI7ATiON TO BID (�TBj: 25-Q241 BED OPENING DATE: October 9, 2025 (CHANGEDj R�VISE� BI� OP�f�ING DA�E: Octoher 23, 2025 iTB IVo. 25-00241, issued August 27, 2025, is hereby amended as foliows' 1. Bid Opening Date is changed from Dctober 9, 2025 af 2:00 PM CST to Qctober 23, 2025 at 2:00 PM CST. 2. Questions Due Date is changed from October 3, 2025 at 5:00 PM CST to October 17, 2025 at 5:00 PM CST All other JJter s nd conditions rpmain unclnanged. �r'] � � �,j o J � i o ���Z,' Tony Sholola, P.E. AS51S1"ANT aIR�CTOR, WATER �EPARTME[��' ■ � r a a � � � i � a � � N M M r r � � � � � � � i a � � � � � � � � � � � � � s � � � � r � � � � � � � s a � � � � � � � � � � � f a � � � a K a � � a a � By the signature affixed below, Addendum No. 3 is hereby incarporated infa and made part of the above referenced In�itatian to Bid. COMPANY NAME; �/1��o Con-�ro�c�ro,,-C _ ��ftG, SIGf�AiUR�: _ - -----__ ---- - NQTE: Compan ry�a�rte �ature must ���=s me as on the origina� bid documents. Failure to refurn this form with you sealed bid ma constifute grounds for rejection of your offer. ITB 25-024� WATER AND SANfTARY SEWER REPLACEMENT GONTRAGT 202D, W5M-fl Acfdendum Na. 3, Page 1 of 1 �RT��RTH�� ADDENbUM TO INVITATION TO B1D NO. 25-0241 WATER AND SANITARY SEW�F2 REPLACEMENT GONTRAC7 2D2d, WSM-D WATER D�PARTMENT ADD�{�pUM N0. 4 l�1VITA710N 70 B�� (ITBj: 25-0249 BI� OF'ENING DATE; Qctober 23, 2Q25 DATE ISSUE�: October 16, 2025 ITB No. 25-00249, issued August 27, 2025, is hereby amended as follows: 1. F2esponses #o questions a�e attached ia this addendum as Attachment A. 2. SP�CIFIGATfOfVS: Replace the following: Replace Sheet 00 42 43 Proposal Forrr� � OQ 41 a0 Bid Form � Oa 45 12 Prequalificatio� Statement CONSTRUTION P[.ANS: Replace the following: � Replace Sheet j Sheet 1 � Sheet 2 � Sheet 3 � Sheet 4 � Sheet 66 Sheet 67 S�@�t 68 � Shee# 69 � Sheet 7Q { sr�e�� 7z- I sheet 77 � Sheet 80 � 5heet 83 � Sheet 84 � Sheet 85 I Sheet 86 h111�o_ther terrns a�nd onditions remain unchanged. � ��� � With Sl�eei 00 42 43 Proposa! Form 00 41 �0 Bid Form 00 45 12 Prequalification Statement Sheei 1 - Rev. Sheet 2 - Rev. Sheet 3 - F�ev. Sheet 4 - R�v. SheeE 66 - Rev 5h�et 67 - Rev 5heet 6$ - Rev Sheet 69 - Rev 5heet 70 - Rev Sheet 72 - Rev Sheet 77 - Rev Sheet 80 - Rev Sheet 83 - Rev Sheet 84 - Rev Sheet 85 - Rev Shee# &6 - Rev With Shee� No. 1 No. 1 No. 1 No. 1 . No. . IV D. , N0. . No. . No. . f�o. . No. . No. . No. . No. . No. . Na. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � 1 _l I 1 1 I � 1 _1 1 � � 1 _� 1 Tony Sf�olo�a, P.E. ASSISTAN7 D1RL�CTOR, WAT�R DEPARTMEN7 ■is�������ii��MM��M�������i���������������r�����y����������E[����������tt��a���� ITB 25-024� WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-D Addendum No. 4, Page 1 of 2 8y ti�e signature affixed below, Addendum �o. � is hereby incorporated into and made part of the abo�e referenced Invitatiorr to Bid. COMPANY NAME: II�1oor�. Co�n�`r�r S��-r�� � , SIGNATUR�: -� NOTE: Company� natu�,� st be the sarne as on the original bid documents. Failure to return khis form with your s aled bP'd may constitute grounds for rejection af your offer. ITB 25-024'1 WATER AN� SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-D Addendum No. 4, Page 2 af 2 11:�1'R��f�iSnL UNIT RRICE BID o�dr,� u,��, I \n SECTION 00 42 47 PROPOSALFORh1 r�,�i.��� u�,n r�, i„m�.,i��� o.>��,;�ur�n L'\'IT I 1 331 t0261 8' PVC Waler Pipe � 2 33ll.0257 8" f}fP Waler � 3 3311.9161 fi" PVC Water Plpe � 4 �312.30o2 8' Gate Valve � 5 3312 3oa3 8" Gale VaWe � s I,o241,1302 Remove and SaNage 6" Water Valve � 7 �241.f307 Remove and 5alvage 9" Water Valve � 6 3305.011 i Valve Bow AdjustmenE w! Concrele Collar {5ol5n� � 9 3317.004t O�clile Iron Waler Fittinqs w! Reslra�nl � 10 3372.2003 1" Water Servlce wilh SUKaco Resloralion i 11 331220a1 1' Waler $erv'ice. M1�le[er ReronnecSion I 12 33t2,2fla4 1' pnvale Watcr Servfce vntll5urtace Resloralion '13 331Z.2101 1112'WatefSeNi[e,MeSefftBconnection � 74 3�122103 1 112' Water Servir.a with Sudace Restorafon � f5 3�322201 2" WaterService, hleier Reconnec�ion � 16 7�121203 2" Waler Service vn�h Surface Resloralion � 17 73a4,0101 Temporary Water ServiCes � 16 0231,1512 Sal�ageT'WaterMeter � 1� 0241,5513 Salvaqe 7 1!2" WalerMeler � 20 U241.1514 Salvage 2" Waler Meler � 21 024i.1118 4"-12" Pressure Plug � 22 3312.0041 Fire Hydranl � 23 02J1.7510 Salvac�e Flre Nydrant j 2d 3312.0117 Conneclion lo Erfsiing 4"-12" VJaler Main 25 3305.01oa Exploralory Excavalfon o[ Existinp LlliRties � 2s 320�,0400 Temvorary Asphalt Pavinq Repalr (2" HMAC on fi" Fiexbasel � 27 3203.p114 Pertnanent Asphall Pvm! Repair_ ResldenElal � 28 3201.4611 Conc Pvml ReDaln Residenlial � �0 72a1A676 ConcPvmiReoair,ArenaE�lndustrial � 31 7305,W038"WaledineLowenng � 32 �241, 1004 Remove Concre�e Pavement {SIX50� � 33 3213,0102 7' Conc Pvml � 34 3213_0301 4" Conc Si�ewalk. AdJacent io Curh (5�l50� � 35 3213.�301 4' Canc Sidewalk {58rso� � 3fi 0241.O1C0 Remove Sfdewalk �50150� � 37 3217.�4d0 6' Goncre�e �riveway{56f5�) I 38 02Jta4a1 Ftemovz Cancre[e �nue �5a1501 I 39 3216.010i 6"CancCur6�naGu�ler(5W50} 4� 0241.130n Remove Co�c Curb&Gutler (5015aJ j 41 o247,140PRemoveCancValleyGulter(56l50} � 42 7216.�201 7" Conc Valley Gntler, Resitlenlia! �SOf50� � 4� 32.11.6ll 2 6" Flexihle Base. Typa A. GR-1 I5015�� I 44 0231.7700 1 I" Pavemeni Pulvedzation [5olso} � 45 7212,0703 3' Asphaf� Pvmt Type o(50+50) � 46 3211,O60a Cemen� Siabi��zalion @ 261Gslsy [5015Q� � 47 3217,0f 02 6" 5�6 pvm[ Markfng HAS �Yy (5015{l� � 48 0241.1809 Rzmove Speed Cushion (50l50) � A9 3272.O6Qt Speed Cushion -TL SlanUard (5a150� � 5U 32,17.OSdd PreFormetl Fhermaplasiic Contrasi h7arkings -2- Slop 8ar (5al50) � 51 32.t1.0601 8-InchCEMLIME"' Slabilization@32LbslSY(50150) I 52 3201,02d7 Permanenl Asphall Pvml Repair Beyontl Oefined Wid1h, Residential 53 Ot7t.0107 CanstruclEonStakinq�Water) � 54 6179.d102 As�uiftS�rvey I ss azai.iaoi wa�er ��ne c�a�r�q � 56 �247.1fi02 Remove Concreie �Naler Vault � 57 7339,50a5 Remove and Reolace Inlel Tao. 5' 1501501 � 58 3125pip1 $WPPP ? 1 acre (50150} � 59 3305.Oia9 Trench Safeiy � 60 3305.020? Impnrletl Em6edmenV�ackiill. C55 � 61 33U5.�203 Impoaed Em6edmenVBackfiil. CLSM � 62 3305 020fi Imported EmbedmenPBackf�ll. Acrepla6le Bachfil3 I 63 33a5.3003 20' Cas�nry�Bv Ooen Cul I b4 33t�.a87J Reqair38"CancreleAWWAC363walerP�aefReslrainetlJoints} I fr5 3471 OOQ1 TralBc Control fifi 3i10.01�2 6'-12' Tree Removal I G7 3110.OiQ3 12"-18"TraaRemoval I 68 32920100 91ock Sod Placemenl {50f50Y I fi9 32�7.p10U Yoosoil[WfW} I70 �217,5�01 C�rL� Address Pa'mlino 150150� 71 9999.9999 Wa�er Gonstruclion Allowance � 72 9999.a003 Misrellaneo�s Ircioalion Adiuslmenl (5075�} I 377�,1142 6' l0 8" Pfpe Enlarpemenl 3�3�.0102 fi' Sewer Pipe, Poinl Repair 3�31.4155 8' PVC Seirer Pipe 7331.41 i9 8" �IP Sewer Pipe �Nilh 401 Proieclo Coafing �331 4201 10' P VC Sewer Pipe 9331 4205 10' �IP Sev:er'Nilh 401 Proiecto Coa�inq 3331.4229 1B' �IP Sewer wilh 401 Proteclo Coating I.ti��«�i li�iiinn S.ci:nn \i� 4['�tcr 37 11 12 39 11 12 3aii io 33 12 20 � 33 12 2� I0245 74 02 41 14 33 65 01 33 t� 11 331210 331210 33121fl 33121Q 33 12 16 39 72 ia 3� 1210 37 04 �0 0241 k4 02J1 1J �02 A1 14 1�24i 74 33 12 40 02 41 14 33 12 25 33 05 30 32 01 18 32 07 17 32 Ol 2� 32 nt 29 37 P5 12 02 ai 75 32 13 13 32 13 20 �2 13 20 02 41 13 32 13 2p 0241 13 32 i6 73 0241 15 02 41 14 32 t6 02 321i 01 0247 15 az iz is 32 i t 33 �277Q1 02 41 18 32121fi 32 14 OS 32 7� os 32 01 17 Ol 71 23 01 7f 2� azai �n ozai ia 33 49 50 31 25 00 33 O5 10 33051� 33 O5 1 � 33 OS 14 �3 OS 22 33 11 13 3a711� 31 10 00 33 7000 i32 92 i3 32 91 19 32 17 25 9999.9999 9999.0003 Bidder's Applicatian s��ed�r, N.�p��oi ili�i��rl' 6id .\Ic�.u�� O�i�:nlil�, Linii ['����. 6�W t',Ju.� LF LF LF E�l EA EA EP. EA TON EA EA LF EA EA �A EA LS EA EA E4 EA FA EA EA EA LF LF SY SY EA SY SV SF SF SF SF SF LF LF Sv SY SY SY SY TN LF EA EA LF TN SY LS LS CY EA EA LS LF CY CY CY LF LF hl0 EA rcA SY CY EA LS LS 51,968 475 461 37 42 20 G 55 11 2G0 260 15� i9 i9 ll �1 � 2fi7 19 11 50 36 1{1 18 7 � a zso 100 173 1J 12 8.026 30 35 63 85 2.594 2.ri94 BSfi B5s 114 114 7,996 ! 9,965 19,965 21� $0 2 2 7 58 100 1 i 51 1 2 � saa 100 227 10� 40 40� 8 1 1 187 3f t3 1 $150.�00.00 1�� $25.900.00 sub-Total U] iT I � ��'virr -I a � -�I 1 � � � 1I I I � -� 1 � � aI 1 1I i � � � � � -� � I � � � � 1 _� � � __� � I 1 -!I { k i -� S 150 {)017 nn; $25.a40.0a� s i u.nno.ou� L!.\ IT 2- Sn nitory S��+ver 37 37 23 Lf 33 31 22, 37 31 23 LF 33111p.333112.�33120 EF 33 11 10 LF 33 11 10. 33 31 12, 33 31 20 LF 331110 LF 331110 LF 1 J9� iao t021 276 48h 792 292 � � I 1 1 -� � 1 � 1]'4�i: F H�I W��L:�ill d_.i,...nNi'S'U �iRi i:T:i�n .:•F:��IFi�.�llin iiiK� �.�r.vis x�i� n.� ..i�i::n 4�.. n�n.yiiii.i�...i�.niii,i.� '���i'nti4[,i� n I tl•iJli��11n SECTION 00 42 49 PROPOSALFORM UN17 PRIGE BfD n�di;,, in�n n,,. llr.rnpiinn � B 3331 4305 20' DfP Sewer N�iid 401 Pro�eclo Caal�n9 I 9 333�.421& 15" Sewer Pioe, CLSM Bachfill � �0 03�0.0091 ConcreleEncaseSewerPipe � 71 3305.1003 2U" Casing By Onen Cul � 12 3379.1�07 4'Mantlale � 13 3379.14Q3 4' Eztra Oepch Manho3e � 1a 3339.iG04 A' Shallow hianhole � i5 3399_10024'4mpManhole � 16 3779.1104 5' Shallow Llanho€e � 17 3305.0112 ConcreleCollarforManhole � 18 3939.4001 Epoxy Manhole Liner � 14 9999.9991 Connec! Io Erisling 55MH � 20 3705.Q103 Eapluralory Excavatian o! Exisiing 11[ilities � 21 3301 0001 PreLCN Inspzction � 22 3301,0002 Pnst�CCN Inspecl�on I 23 33Pt,p1Qi ManhoEeVacuumTesiin� I 24 7303.0001 6yvass Pumping 25 9305.0109 Trench Safety 26 0247.2201 Remove4'Seivarhlanhole 27 02-0f.5001 A6anaon Manhale � 28 0241 2001 Sanitary Line GrDufing � 28 0241.21a2 s' Sewer Ahandonment PI¢g � 30 Q241.211Q 21"SewerAGandonmentPfup � 31 33�1.31Q5 4" Pnvate Sewer Service with 2-Way CEeanoats � 32 3331.31�1 4'SewerServicevrilh2-WayCleano�ls � 33 337t3103 4" Boted 5ewer 5ervice with 2-VJav Cleanouls � 3d 3�31.3201 6" Sewer Servlce vnlh 2-VJay Cleano�[s � 35 3937,120t Sew�ice fieins�aiement. P�pe EnEargemenl w! 2-xay Cleanout � 36 3305011G ConcfeleEnGdSBmCn�f6fUlilityP�lpeS � 37 3�05.0202 Imported EmoedmentlBackfilL C55 � 38 0171.OfOl Conslrudion Slaking �Sewerj � 35 0171.Qi02 AsAuilt Survey (5ewer) � 4f1 3305.a 107 h9znhole Adj�slmenl, minor wf Concrele Collar (50f50} � 41 3Z01.0112 Permanent Pvmt Repakr, Residen[ial Bidder's Application u��w.�r; r�„i,� 5prcii���non tiac�nn ���, ���n,�,��i� O�On[iiy I Ini� E'nc. 331110 LF 220 37 11 10, 37 31 12, 33 31 26 LF 2I) 03 36 00 GY 38 73 O5 22 LF pp 33 39 70. 33 3e2q EJt 21 393g10.�33920 VF 27 33 39 10. �3 39 20 EA 3 33 39 10, 33 34 20 EA 2 33 39 10, ]3 39 20 Eq � 33 65 17 Eq zg 33 39 60 VF 7� 9999 9999 EA 2 33 65 30 EA � 330131 LF 3,319 336131 LF 3.978 33 a 1 34 EA Zg 33031Q �5 1 330510 LF 2,606 p24114 EA 9 02 �17 14 EA 2 024114 CY 21 02 41 14 EA g 02 41 14 �p � 39 31 50 LF 1.136 33 37 50 EA 79 33 37 50 EA 1 3� 31 50 EA q 33 31 23 EA qq 3] OS 1 � CY 120 77 05 10 CY 3Q8 01 71 23 LS 1 01 71 23 LS 1 330501 EA g 32 01 17 LF 257 „� � ki'iJ 1'eluc I _� R.iw'['.9xn',:IA�x��7t[in��Ftini�Til].�f�D�LM1IEYlf u,�nr.r.._..� �.n_i�li.yiiiuii.�it� i� C�viii_ir SECTION 69 42 43 PROPOSAEFORM UNIT PRICE BID �n�dttni e.��� � ; I�� 42 43 4A 45 4fi 47 AB 49 50 57 52 53 54 I z 3 4 5 6 7 8 5 SO 1t 72 13 14 15 76 17 18 19 20 21 22 23 24 25 26 27 2B � 320t.0404 Temporary Aspna6 Paving Repair (2" Fth7AC on fi" Flexhase) 3261.0201 Permanen[ Asphall Pvmt Repair Beyond Qefined Widlh, pesidential 326La61A Conc Pvmt Repalr, f?esodent�ial 3201.O6tfi Conc Pvmt Repair, Artenalllndustrial 02a1_osoo Remove�Revfacewall<4' 32J2.019Q Conc Re[ Wa31 Adfacenl Eo �rive Approach 02d1.0500 RemoveFenre 3231.Q412 fi' �enres. Wantl �292.0100 Block Sod Placemenl 9999949 Remove and Reinslall Pavers �47La001 Traffic Co-Nrol 9999.9992 Landscaoino Reoair 9999.9999 Sanilary Sewer Conslr�ctlon Allowance SF��.��i.:�i�nn Gc���'inn �n az oi �s 32 01 17 32 Ot 29 32 05 29 �24t 13 OZ 41 13 0241 a5 0241 OS 33 92 13 9999.9999 347113 999�J 99*�9 9999.9999 l:l]'f 3 - Povin„ '�241,179a I I" pdVemenl PulVeriZaliOn �50150J '62 q1 15 321 �.0600 Cement Slabilaation Q 261hsfsy (50150J �2 11 �� 3211.06a0 B�Inch CEMLkMETM Sta6ilizalion [o,13?Lhs15V �5�l50] 72 11 73 b2Ji.1500 Buu Milling 02 41 15 3217.0102 fi" SL� Pvmt Marking HAS {Y) (50f50) 32 17 07 92.17.O50S Preformed Tiiermop3aslic CONrast 4larkings -24' Stop Bars (50150} 92 iq o5 �212 a303 3' ASAhIII AVmI Type � �50150� 3305,a}W Manhole Adjuslmenl, minorw! Concrele Co€lar �50l50} 3305,0111 Vafve Box Atlj�stmenl wf Concrele CoElar �50f50} 0241.t000 Remove Goncrnte Pavement {50750} ozai.ieao Re�ove sPeea c�sn;a� �sorso} 321� �601 Speed Cushion -7L 5[antlartl (5al561 02A1_1300 RemoveGoncGurh8Guller(6plSOJ 32tfi,01o7 6°GancCurbandGu�tcr{5�150} �241.04p1 Remove Concreie Drive {SOISOp 3213.0400 6' Concrele anveway i5IN50) 3213.030i 4" Con.c Sidev.alk. Adiacent to Cum f5o15o1 3213.�3a1 4'ConcSidewalk 50lWI 0241.0100 Remove Sidevmlk�5615�� azai.iaoo Remo�� co�� vauev e�ue�/sa+eo5 3216.020] 7" Conc Vallev Guller. Residenlial ISOI5fl1 72926100 Bloch Sotl Placemenl 150f501 7291,Of00 Toosoil �5a15n1 ]217,5�01 Curb Address Pafniino I50f50 32.11.0112 fi' fi' FleXihfe Base. TYpC A_ G�-1 l50150! i349.5005 Remove and Rec�iace Inlet 7oa. S' I50f501 9999.00o2 Pavino Cons[ruchon Allowance 9999.0003 Mlscellaneous trriaalion Adiuslmenl (SOA50} 3Z 12 16 I33 45 Ol 33 45 01 a2 41 15 02 41 18 32 i216 0241 15 321613 02 71 13 32132a 32 13 26 32 13 2a 02 41 13 az a� �a 32 3fi 02 72 92 13 32 91 19 32 17 25 32 71 07 33 49 5n 9999,0002 9994.0003 Bidder's Application ame,�r, r.���,�;�i IJnilnl 6id �Inii !'n.c nlc„ure 0�.� _ LF 2,148 SY 100 SY �� 5Y 2U LF 16 LF �3 LF 1p LF 10 SY 110 SY 96 MO 4 LS 1 S5A00.�0 �s i s�s o0o ao luL= �ut:il C�\IT'-Sxnisan'Se��'cr SY TN TN LF LF LF SY EA EA sY EA EA LF LF SF SF SF SF SF SY SY SY CY EA SY ER L5 LS IlW l'�1�.� -� � 1 � 1 $5.OU0 OJ 5�s.00a.00� 589k1111.110� � 199G5 � 212 � 57 � 1.190 I 5� I 6 J 79,965 J 7 I � J a oze J � - � 1 � 855 � 855 � 2.594 � 2.594 � fi2 � 3� 65 i >>3 I 71 I 1 &7 -� 51 � 17 � 7.990 � 2 I v Sioa.000.ao sioa.000_ool i i szs.000.00 szs,aoo.oaJ SuF.'I'ulaluN]'[?-P�arin�! 512i.I11111,111j� �fil'��F E��I�i W��kTll ie[�tii�h �[�'iF�t'�iflU��i�i.�.IF.vfi uai�r 4.\� ir-iri � N��.�i�iu_n•i„ + .. , .�.�.a..�i�.�n�� LLi._ . um rx� �r� �sn�. fJNl� PRICE Bi� 1 mar�,� u.��i v,,. u��,.dp�f�n I I S 334�.50Q1 5' Curl� InIeE � 2 33d9.54a1 70' Curb Inlet � 3 33J9Sa02 15' Curh Inlet � 4 0231 4009 Remo�e 5' Curb Inlei � 5 a24lAonl Removel0'Cur61nle1 I G 0241.A002 Remove 15' C�rh Iniet 7 3341.0103 Repair 78" RCP, Class III � 8 7347.0201 Repair 24" ftCP, Class III � 4 33dL0304 Repair 9fi" RCP. Class III � f0 3341.0442 Repau 42� RCp, Glass Ilf � i 1 33A1,OaQ9 Repair49' RCP, Class III � 'I2 33n5.p107 ExQlo2lorY ExcavaEion of Exisling Vtilitles � �3 3213.0301 d' Canc Side�ralk � 94 32� 3.4506 Bartier Free Ramp, Type P-1 �15 0241.a7�a Remove AOA Ramp 16 3�411,4170 ReinslallTraffic5ign I 17 ��E41-4108 Remnue 7raFfic $1gn 18 999$9�J9� Slarm Prain ConslrucHan Allowance � IESiJ Snmm��n' �Unft 1 - Waler I Uni12 - Sanitary Sewer � Unil 3 - Paving ��Jnil J -Slorm �rain ��.ln'�1in �'U\ST�Il�'lll�tti ii�t.�-ii i� ntiU� f� Ke �,IEv �: SECTION 0442 43 PRflPOSAE FORhi Bidder's Application u�ua.r; r<<��,,.,! se�,;ri..,imn a.ni��u ��� U VI'1' d- S�orm Prain 33 49 2� 33 49 20 33 49 2fl 02,11 l4 02 41 l4 0247 t4 33 47 10 334� 10 33d11a 33 41 10 3d 41 10 9� O5 30 32 13 20 7Z 1� 20 99 49 99 99 99 99 99 99 99 99 99 99 onfiar ma rt.:��ur. U��n�u-: ��nul'ncr �A I z EA 2 EA 2 EA 2 EA 2 EA 2 LF qg LF i a6 LF 8 LF 8 — LF 16 EA 1 SF 58 Efi 1 EA 1 � 1 EA 1 LS 1 525,000.00 iiiL-Tn1al �fY]T a -5[urm Drain I ��r.,� m� sma�m � i � � _� � I V 525.a�o.00� s�s.nan.nn� — � I 5175.00a on� aao nao ao� 'a 125.00�,00� szs.aoo.ao saas,00a ouf 00 41 00 BtD FORM Paga 1 of 3 S�CTI�IV 00 41 4D B!D �ORM TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Wafer and Sanitary Sewer Rehabifitation 2020 WSM-D (Various Locatio�s) City Project No.: 703419 UnitslSections: Unit 1 - Water Unit 2 - Saniiary Sewer Unit 3 - Paving Unit 4 - Storm Qrain 1. Enter lnto Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, ta enter into an Agreement with City in the form included in the Bidding Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Conkract Time indicated in this Bid and in accorrJa�ce with the other kerms and condifior�s of the Contract Documents. 2. BIDDER Acknowledgements and Cer#ificatian 2.1. In submitting this Bid, Bidder accepts all of th� terms and conditions of the INVITATION TO BIDDERS and INS�RUCTIONS TO BIDDERS, including without limitation those dealing with #he disposition of Bid Bond. 2.2. Bidder is aware of all costs fo provide the requlred insurance, will da so pending contract award, and will provide a valid insurance certificate meeting all requirernents within 14 days of notification of award. 2,3, Bidder certifies that this Bid is genuine and not made in the in#ersst of or an behalf of any undisclosed incfividual or entity and is not submitted in conformity with any coll�asive agreement or rules of any group, assaciation, organization, or corpo�-ation. 2.4. Bidder has not directly ar indirectly induced or soficited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity ta refrain fram bidding. 2.6. Biddsr has not engaged in corrupt, fraudulent, collus�ve, or caercive prackices in campeting for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the ofFering, giving, r�ceiving, or soliciting of any thing of value likely to influence the actian of a public official in the bidding process, b. "fraudulent practice" means an ir�tentional misrepresentation of facts made (a) to influence the bidding pracess to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to depri�e City af the benefits a# free and o�en competition. c. "collusive practice" means a scheme or arrangement between fwo ar mare Bidders, with or withouf Che know�edge af City, a purpose of which is to establish Bid prices at artificial, non-campetitive levels. CITY OF FORT WORTH STANDARI] GdNSTRUGTION SPEClFICATION �OCLJMENTS Revised 9l3072021 CPN 103419 - DO 41 00 6id Proposal Workbook - Addendum 4 00 41 00 61� FORM Page 2 of 3 d. "coercive practice" means harming or threatening ta harm, directly or indirectly, persons or t�eir property to influence th�ir partici{�atian in the bidding process or affect the execution af the Contract. 3. Prequalifica�ion The Bidder acknowledgas that the fallowing work types must be performed aniy by pregualified cantractors and subcontractors: a. Water Distribution, Urban and Renewal, 8-inch diameter and srnafler b. Sewer Collection System, Urban and Renewal, 20-inches and smaller c. Sewer Pipe Enlargement, 8-inches anc4 smaller d. Sanitary ManholelStructure Interior Lining - Warren or Chesterton Coating e. Aspha�t Paving Constructior�IReconstruction (Less than 15,000 SY) f. - '�'ii h. - 4. Time of Compfetion 4.1. The Work will be camplete for Final Acceptance within 620 days after the date when the the Contract Time commences to run as pravided in Paragraph 2.03 of the General Conc�itions. 42. Bidder accepts the provisions ofi the Agreement as to liquidated damages in the event of failure ta complete the Work {andlor achievement of Milestones} within the times specified in the Agreement, 5. Attached to this Bid The following documents are attached ta and made a part of this Bid: a. This Bid Form, Section OD 41 Ofl b. Required Bid Band, Section fl0 43 13 issued by a s�rety meeting the requirernents of Paragraph 5.01 of the General Conditions. c, Proposal Form, 5ecfion 00 42 43 d. Vendor Compliance ta State Law Non Resident Bi�ider, Section 00 43 37 e. MWBE Forms (optional a# time ofi bid) f. Prequalification 5tatement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 �If necessary, CIQ or CIS forms are to �e provided direct�y to City 5ecretary h. Any additional documents that may be required by 5ection 12 0€ the [nstructions ta Bldders CITY OF FORT WORTH STAN�Aft� CONSTRUCTION SPECIFICATION �OCUMENTS Revised 9130/2021 CPN 103419 - 00 4� p0 Bid Proposal Workhook - Addendum 4 oa ai ao 8i� FORM Page 3 of 3 6. Totai Bid Amount 6.1. Bidder will complete the Work in accordance with the C�ntract Documents far the fallawing bid amount. In the space provided be�aw, please enter the total bid amouni for this project. Only this fig�re will be read p�b�icly by the City at the bid opening. 6.2. It is understood and agreed by ihe Bidder in signing this proposal that the total bid amount entered below is subject fo verification andlor modifcation by mulkiplying ihe unit bid prices far eac� pay item by the respective estimated quantities shown in this proposaf and then totaling all of the extended amounts. 6,3. Tatal Bid 7. 8id S�bmittal This Bid is submitied on Respectfully submitted, By: (Signature) (Printed Name) Title� Company: Address: State of Incorporation: Emaii: Phone: $0.00 by the entity namecS below. Receipt is acknowledged af the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No, 3: �Addendum No. 4: � � � Corporate 5eal: END OF SEC710N C[iY QF FORT WORTH S7AN0AR� CONSTRUGTION SPECIFICATION �4CUE�1ENT5 Revised 9I3012021 CPiV 103419 - 00 41 p0 Bid Proposal Workbook - Addandum 4 00 45 12 PFiE�UALfFICATIpIV STATEMEfV f Page 1 of 1 SECTIOI+i UO 45 12 PREQl1ALIFICATiON STATEMENT Each Bidder for a City pracurement is required ta compfete the information below by identitying the prequalified contractors andlor subcantractors whom ti�ey intend ta utilize for the major work type{s) listed. Major Work Type Water Distribution, Urban and Renewal, 8-inch diame#sr and smaller Sewer Collectian Systern, Urban and Renewal, 20-inches and srr�aller 5ewer Pipe �nlargement, 8- inches and smaller Sanitary Mani�olelStructure Interior Lining - Warren or Chesterion Coating Asphalt Paving Construction/Reconstructron (Less than 15,dba SY) ContractorlSubcontractor Company Name Prequalification Expiration pate The undersigned hereby certifies that the cantractars andlor su6contractors described in the table above are currently prequalified for the wark types listed. BIDD�R: 0 � � � CITY OF FORT WORTH STAN�ARd CONSTRilCTION SPECIFICATI�N aOCIJMEN75 Revised p9I30l2fl21 ENp O� SECTION By: Q {5ignattire) Title: 0 Qate: CPN 103419 - 00 41 00 Bid Proposal W ork600k - Addendum 4 ft�ATTIE �ARKER fv1AYOR JESUS "JAY" CHAPA CITY ILIAIVAGER CHRISTOPHER F. HARDER, P,E. oIREC70R. VVR7ER DEPAR71v1ENT LAlJF2�N PR1El1R, P.E. DIRECTOR.'fHANSpDR7RTI0N ANQ PueLic wor�Ks oEanRrnnErtT F�LE No. x-2ias� CITY PROJECF NO. 103A1�J T�1E CITY QF F�RT WQf�TH, T�X�IS WATER D�'PARTMEIVT COIVSTRUCTIQN PLANS FOR WATER AND SANITARY SEWER REPLACEMENTS C011lTRACT 2020 WSM-D ; t.� _ '��Kony � � �i Y� �\. � a � WHILESE7TLEMEN7'P.P �n�um.mm�u �� � � � u .. ❑ �� . aw�o,�,.�u \; �� `"'�s. � . \ "w<:.i{ W u anrancArE- - �� 7 � �' . . � ��enrsxrnw `(��- � � ,� �/Ho,nyr �~ �i.vxii.ronne� �4ta _ 6 s e g . W'.I�i� . 0 Wc'n�r � � . r" wm+er ` � ��hMiAOC.'v, �yE �W �Erver i�.�oR9T, WH1TE S=TTLEMENT Rp . �vn�rr.�d�<c� sr 'l�Il;.pi� 61 b � � �, � nisr � Wd�t� G! W 7TM 57 : �! . u-�o�xim�e yd � � 9'- f�.rnsaxn� _ . G�p�4��,h��E � -£- �'� # �ocr�TinN n�na SEPTEII/IBER 2025 �. �►; �� TBPE�5 REGISTRA710k No.F-17010 10� SU�UIMfTAV=,VlIE3TE }p3a FDRT WDRTN, TEXAS 761l12 7EZ (tlt r 7qA-2a22 f ,.c, �r}��?e�r� f GG : �= _ � P_5a� Y ti'���,.,-l:� h-27351 F'aRTW�RTH � )C a �.r ,. i�,; i n,�.rii.�,. . �� �i �._. G �%� _ ���� 9�3ai2azs � TONY HOLOL4, RE. �AT� ' . A551 TANTOIRECTOf2, WATER DFPARTMENr ' ; �•-�.�.�-� C�-�- �Nm z u - MlCNAEL OWEN, P.E. p,q� : �� . Cf7i�ENGlNEER ' ' TRANSPOF7TATlpN & PU6LlC WdRfCS � � . _�F�;-.�C.. ����..a_s : - : G}7EG ROB81N5, P.E. DATF � . ENGlNE�Rl1VG MANAGER ' ; 7RANSPORTATlON 8 PUBLlG 4YORKS - — _ IJ�G.- ��,..- �< u,_cs . ; CLAF?ONM. TORRANCE, P.E. ppTF : z PRaJEGT Flt+GlNFFR • - .... ,,.�,.. ��� � � � 8 � � y� �ABy �� � s"$ ppp%E9`€C� �Cp�a 1NDEX OF SNEETS �,� a' �a.� a.�.,s .�, w�F � �r��, � ' ,nn��i..�»,��,�. - - .,� �No_ 717LE DE5CRIATION ��LLr „ �,,.,,re a�o w:eo �s se�aw...,wu c�w.^,�e �,.� wsu�.w��r�:�c�n�.�o sw�.nE�e�rt�� c�� �y 4��„�xrxniacs� °1F Fors n.. mi.a�t �. �wR, � ,��.,, - �irc.k. nur Wnit�tiivci'Ye[ � A�=RU'�C9-��v+lnsxzil n�es �we v�. w.rHmn-ee� �� SiR[� w smtt� oL'EfNu9F� xwnw+eh++xVt I�ou4 lMR�enilG�[avlR'w .tau+0[rnRWtaC� s�sei�Hrsm e u�v M. �xw YSF.en. c.e�ei +eweW i 5� f+�tN1 � SEN'£R .1.'t �. ] ENFu.�.1� � Hf �.:mH_ � � o�i EF�icEwFFULh�. �+ _ eaau�e r�� Ir.�w�u�w.vLrw� �r.W'w.s .w[�i [n4: uVC ��aN oe+XS aruoaH�LY�E�.Wri t��Eras�A�u' u.r•oE�A4: �e nr.�5 �o�>.ns � .';� ���` i�;ti� w� I`�u.nw�,.�s�.wo-wnnrrnrs M .,. EA�,�.w�,��..u, ":� �as�: �n:a� �wc ouuFuts ;� 5 A iu�e losin i9 �k> sr.ic.umsrn; •w E�ar all+•I�I Io S�nn�!I �� s F��� R`il�t CF y �; rsaa r �,� r�an �� j� ro..�n�.w F+c�mes on ar� nn;r.+i.m�n�E,wacs �qveoix �ws F�e a�„e nn..io�E,a�n w.c rorz ��...c�iw�n rn nwnur€�ss or �x� s,��N �Fww�nax oa o..x ri.c u�uuia��o F.���cs ror Y, • �� . . �p �nenwowm rx vm�c��on�..�o Ecrax .�c .a�. . ' �c��.�.�������E�,�nm��s������s., �- •u � �s.c.�•noH�:� •u. �s....� ,no Pxoicc�. «.rnr. riec.wu� uxo�c�evs �e aw�iww.e r:� �vcs w,r c.r,�..w�:.,n �na,sn, �oxr�r.ups E�xc.<a �.ouns.awex ia � ruose,ycrscr.e�r��rs.xn, A-GunoHl oN x �ay�ksE4.�Frls� aIWW sws Vnry([i, �asfµT cOMuvNlGiloll ma i0 ErGYn��Ou . wwrcnttw,v�.r�ncxs . . � �A ��wownas. wwuno oo. sEo *� �^ •, . ��, e �w.n.cs .� vcwaeeo iusErzsc�.�ro+.0.,: � .�dpr�+��rv�oannrnEFr�m�rsd�bK`n .. � i.s�E�mecan�.ancroav�u � rv�has�:isueE�ocnnoxcAE�.rux.u�o oa�wr�.w neitco r.axcneie cuas .xo cu�*en u�vcn.us ,� sq�w,w�s nui .NE xo� oesicuiEu ron �Movw w..n�u oNo a�N..c;FMcxt e= .neee nn�s cw��� ne.s xsic�w�Eo a�re m.wx�s � wc��owo.� � " y n,.Gem,or,mrn�Vn E�wq.rtrFacn us..�mc��.F«s xo,.,sEF.w�kP..nea. "`.�r�acs�w..�vsecnona,.om , cas+a .ssoc u h�r Pworascu cau���w�s .n E�� M•, r�cr*x.�a�o� �� �r 1.. a �iew �s we.w�n �o se=.uun a.. c. �se.�.. .rec+rzvwmnx� e.�P.,,.um.�sco t�,ax��x.s. - �. , , �.�� ,�4w �„� �� E. �,,. �.,a ww�. �„� � aE.� o�.�� 0.4. �.�Es .,�,�� tµEs o. ���,�F� 5�� � � P�„w� s�w.. ec.uaw.reo aea s�c,m, o, os �e ie i,� an ins�nw.,�e :�.w Fazwou�w einaw+ 1e- , wn�scww.n�n con;raueno.i xtiw=qovne�r�uayowa..erkwn�o�axcmns�rzucr�n�x es.oa�nonciuw �.cp6 w�ln e n[w FFULF �n u�anuo[p puq:lrvn� F��vG' Fn vn�FEah' uPBF N6irtco a sixVG����1 REm�vN ui u[xi 9s EuaS1Nc o *F�'OINAT fExCF9 PEIi 9ELlloy 0� �� W S��i�uRv OF WOltx. 5��4L BE GONS�ENEo SUBSbNnY �0 1�� a+aacrcosi.uo ner�e�eo ixirE �x�t eio �Riccs rax�awous��eus ���tn m,�-�novusr. �,.HeAx�sex�rso. "vu.ec:.�i e.snx� ��es reHccs, AEiu.wo w.��, .xo s�a�nuqc. ux�ess M " A i.��c.xxr k SY'J4,+�. M[ t[wcnrya� iM�E �Ewuuinnv siwFa qo[ SCc��[rn af�uS�iS wtHe.�. oeYoup . w ' oy�olnP�.[.a�s�urlllrvLlrl[acNoS�x�.rryErqpppsFnwnlFxnlp �rniEfl tWES e`[i� InanM o vnm I.I� VUWf'.I, �HE coNmKSpH SX.liL ouG( n�pi SECunE �mC � w-um ixocou�m�.,� �. o sEa.,w.�e��.� �rc�� rri« eE wwc roi n�� aE��ax .rio ouPmN. o. e.�sm�c rue�c 4�.uAmes �wocs. ici w .o-eot�,c•no�u:.n m�aa�r.�o�cK>ruu.nseou�ui.viaoiaswi.ner.+c� u n sea.nA�� a.,.�>cM PeAEsen onoz,,�.� lun�Yp'u�s MB.�Lt.[S' ni �l� wEs,' N-Ncri bEtllu� ' fl�1 1�nxdF1F cIs19 uy f�yttF.R. a �xt Nn* .I�t Ca+�Mc[oRs Nn�+kElf�W`Ri cowul��Y WG c u[slr�NnlFOFCAPF1lolrnl �NEMovAL nHuaEPu[Fulrn Or IXE9EIEu5 SWYL�dE 45 oFSI4rva[FUrul � � w�eRl 1n ul urvr.r, rEn rqpuEPn OrvnEw' calnR iO + �� � � x i � eccrwwcwouxau[,�cHmoaenrv�us4[>qrv�Rssi1 pp �ry �. . o��e�n�e.nra�ruiv�nEa�wv+:e.Aooenvv.uc�sFwon.o�onw� �v �c�bn.ae,avw uwirE.us��wr.n�w��o.+nanwormsi«�orwroe�e onc�o�k - � n�sw4...���o ..��o:.seouaiErn.iicMu� wow�KNscr.ruvu�uLauEco-a.w�c.nn�mco. 'e�eor.�ta��sswkeecco�rsioc�nosunawrer . WmkE•��c.e�e.�w rvc.mxeuesuusro�nor.ue�o.���eu.�or.��� . o�w� �,���..,EV.�� �� P����.o�a.�.��.t tl ,�sa.uvcmExrur,�.��o�u�Yc.�c4 "`an�w�euRN.,.s..�.,m�x ��e�o«.wcm« � .w�o�e�c.oLw��cNSEswe.��„Us,S.�,�Fsn��,nvor.Poix•�wsW• � oE.�.n�coe�coksrcvcnoN nou.*r� • �RUF �•�.�e. r�� - n�4vowoucf n nWvfw�ni[�Luo�a'.wi�N 8Ela1a� L cW oulR{ Midl((N FEwEs 6r ixF COntW�LILn n a G£rEny corYimltrG�E[F4x�nry�x�p.nRl2iEw. � ! �v�NGs 5• MSCEt�d� Cm wolEC� n�wuGFu n� � n i � x• • W,i E EfG IwY aaE wEH�PEo r�,m� �wE sr+wwoRoerws �u.o wcoFrw�Kv.s s�wi r,� aeem�o +no �o •e.c � e� �, w swwn... ..n secro� �i ue m Naoo�� xca�ua�urs,nw�k��e ,E�Ewvcwomors�� �,. ��mr�'.�cron�susNu.udur-oH.eew�us�aee.s.'as�a�x.s.a+cerRmvrso,ecir�t�-�,m s�eswwm.ov.wou.nE+�sm ��PEP secnori u� r. u woia Asoa.�tox��x ni��ieuceo�.weAeo � aA�oA .o xrE���,��� ��c. �� wu.������ �� G,��«a. s�. �a� �.o�.��. �� o F�,� oP.h,�us ��,v ��oEo«e�,x.� ����.W at��.� f _ . N�n ssri�aa �r n�v o, rx 5. Ne., �i s� io r�[ �� �ow qev�w. wewve�cE,rro F�rw �' � kx*fa vawer� �po�a�v, t� ixncr a � a�� W IwN5�p1[� � ESSo�VN�u'11�5�coF[orwVPwNOFrYxnqaPfRry ,..,, . �,.��tiEz,ME.��,:;:��.,�uE�� , ., : o��a � T:,��'� t� r w� o� �t�� �,«,« ��,w ;��`: ���:� F w'�.� y���;� , ons�wA�+o,crvrxoar.nuu+.�wo.�,uiwrseo,�u4�nes�nec�ruuc.�uwuw x w�u u�c�rtv w �+�m c.wrur ee uwNER CaNIRn[IeaSwtLaFa1FC[nxN��sFC�p�+ur��c clm,SYPFEr�VwFn iien�E� N� ].faIl11E'1( sCE�'�MV] w�q�' Srnr 6nANI1�Gs 6u0�lnFp Io xnE lm uu'M£�1a� �hl nEVIEw. M KL�M�uv�E �u1TM � ., �aooua..�i.Hswcomcwn�v�n.i..�ecoxsrn�rnoN suEni�caw�ia�e�MiN.�s� cAvu�w�wxer�wuroxnco�es�. ��cs ���.� o�n�o.,,��w��u.�.��a��o�E o���o�.�oH..�E,.GTME��:6�.��. o. �ir sEur.reNr cF,�u�.�evv..��cc� 04 u w�toas � qc s�s. o. Eno� re� y.e'tisvnc ooeo . �Em��w.c�rnsn.ucnuv..vn.,,.u.Feee„us�r,Euio.ucuErws�nn.ccxs�irv.rAx.hims.�.n�N � .��[xw��e�reti�cn.aan�yEHMt.�wRe,�Aweon+�wsEncwss� „�cna��TM��aw.:�rz.oau�ve�rsu .�. � aascoouc.�srw,euersoRrarniumcuc�au�sw.v+�eo�o�lo.��xr�eawFni�s nosmerr uinq i�en[es s��w� o[ inaixi[tl Nkipt *u sir[ o�s��anwe[ u�0 6w�� � .i,ne.iemic,oaycn.Nuw��n,ww eo..anur�Muu�oF.rEsr.e.�so�vsie�E�s�r4��o-reAv PEA���`,ons� �Ss�a `�,,`� : o �.�sE�:����sPE��E,::����oF��m��s�,.�� REvl51pN5 m� � u�,:»�.�w I ..�t - � p eis,uESHEE..noow�xoFsnee�s �o,iu�s_s� � v> CONSTRUCTIpN NOTES N x k _ - -.,.l;ia . _ ! 'i�' ,'�, a � _ _- i= � A� �� � „,,,,,� «� 5����� „�,�� n�ruHr tai,xrti, rx inin_ � ...�.. �ii�v�=iiuv-�a„ �' u�n,5 eo.[;. s��. r.o lnox FORT WORTH ��TY Of FORT WORT}[ n � TEXAS � WAl'ER WAT1:R DEP.4RTM�NT �' ClTY OF FORT W017TH WATER AND SAN17AfiY SEWER coror,v�cr2oza ws�r-Q z CITYPROJEC7'Na. i03419 GENERALNOTES � (� oF sr = t'u�'Fa hln5 � SGee I r I v2 F� — os�i ,v hf,qSQ r Oc��s � � � � 4 � � � AB� ���� ����€ �r� � _.. . ,. _ - _ . � . � �.,��,� � �� u�ER�„��„��.E�w�,��E.��;����o�,�o�sti,FE.��� _ _.__ .. _ _�__ E � E���°E„u�,.,ESFON�� ���E� n�s� .H��n w,,.� „��E. „� s,ad��o h,ro,p,E,q ,q ,.�r . . . �.�o�as�� .�,��PE�. � o � � � �.w.�A,c � t� . . .�� '� • q • .. �� W ,. •, " • � `" � ` ` • � F P a �ner.w„erGn�re�H.cov c.r�NUE� �ri�x�sscue�v �� �..,n�i�,ns n y �kRo�ownrV�iSWu�xf'oc�e N��nnEalS��ne i nwnn�cn�sr'xtY 5so�t '��c �o�n�veS �, � ��sk5 nee�m[p: ni[ u0�� in wx otv is�at��p wernis'i� . kFGlscqr_o.vn� ��•5 �iry os poa� wauir wn.ex ocwMn.lxi. Fw �.aonwni ixFoAwF �H n[cnnoviG ' . v5[olAqNlyasui���rryFSIntP0.5[pluR[RncxINGONlVWtlLICROw�51�ALLeF,Vr�periXE ENF.rvs[ l0 Iwwo, Cd11�.G1 .�qLYOR . �FAUInwG�,S�nTRRo��E�aPMENiSFxvlcE5uI51oA¢-H-fkkVlrE5eI1.�A.'vC:i. ��7q,y;7�q. '^' w„' ��'SE��crsrrnrs�nr aR oxetwwcnirmur�s�wvExeeii�rtsa[ex[�.wvxwFonrm'cuEntao,usu[[n�uwa�oir�Es�ao b �WrEnwte o r �" ° ��o�sm�cnox uews. ue iwaee�so a. nn "�^nnrrc.w�cnH.s�..��� n�sr.��¢o. � . ��NFRENIiAEc�nn2inuciK'au�xHoces.ex ox�pMx��sCSNnt�ocFuauHuofnew�con�� %oaFsihxr.HonEM+iu�xte�0�t-ncoEFnEaaWo�E[�t� ' ra[�pµor�naRs�na�viuiceFoniNsa{ttaof'liirta�cniKix � � ox�PCl m�.lR�en19. � r . ztip�+cc�nnvi�i[vxx[rrsn[va[e[N�.��ni..�[r,v��inFicov�eirv.wr i.��un�t .r.M1 vF[�Wenai[nuEohim[�a[euws�n+�wn�+enaewuyGxon�qoi[cnv[ ��n[..o[a�r'�rvoan[ss�acaawf��oar.cxFluei�.[ . c��rvraoi.o[w.[rv•iwrvnur..�unu[o. . F[[»'�w.Xc onisrt[swrqiazeFon�[5tae�ih��we+�NcErz n� itxvuGteeiOxo[A�SesuusHi�u�ukMi.'n[[�o��.ia_.[�x¢it[ipxnu � �ninc,MFn h�rx�weii.�5.w1u� cawnwms,��eowls ewiNEn[uss.Wo�w�e0�I5�wirtnw¢oovwHOi�a����ipnan � � ks��pYL[9M:I�EIIiE � �NEI4eGnWUL4A[iu^ulYlunu[ouYcoxSiavG�Irnl.sm5luLLuu[CNEr61IxGcrtx.�FSPEF • �,�1 ne5couisilw[ uu� aHouviw �F[ �nn�s os �onsi�tucinn NqprE[irve m[[ F[x�wi�o�cmFovFSiFn uv�uvwv,1�"rJ s[ciiau E�. �i � Gensin�cnon oEli�ti axo nocris �a(n�kx �wuu i.iHGi. un[kfiu n'ihi c�[n�� sax � k5 �tluslo�ov 11E YLn11ti. ' Mf�}tlF sNnLL PPolFci �xo PRES[nYF ch�iR6L ��� HIx4��+E�0VI�5EC�IHlVxaYC�.ilifGw-,uir�G[pNrq��pq9VaLvxGt� uL � ka*E[rIY[inE[FE1e_ur.�pqEooN[orr��No.WUEsSmGUMPRwµ�NENo� i .E[pN^..Cx .n[�[RSO i, yp����v j ��, NF�k�vu�FM4w[[mr�:axo:.urrvErlN6ronaln�nr�prsu�EcaVirtui��uun5iFu2oSOLnHIkx��oE nnlOa[.[EF. �u. �nrvwno CweolauC��u�+sP[GlFlullOx p�y.qEN�9.le 1 �� I �u mi��nne�nugfnyn.r..qEnioo�nGrz��eu�Prn�uvwm[upk�nAinoecu�nirm'mxx*xuciqx ¢e�x[u�wmiss.w. s�uurio*uccu�wii�iw�arvton[..[[u..r�wn�,qooi.s�uupe i�so cnxotia�._ e.. m[eE_orw. � cek*�C�eR�w�c �au��ue to ah'�o:. coer OF cEq�iFluiirnrs Cx 9[ti�. so ,� � .[�cniuuHO��nit�ieuuu:�oi•xfuen�wi��V�Elxn[crnonnc[wiiH.�Nri.iutu[F[oEwuiinte�xn �uunHinwrxxuit.are�o.,�a[�orwvElnwttwi�nni��[.�iixutrciw�aursos[sNw���w�n 6ne�.��nonon�vC�. aqiouioinii i�.+�oncv.iixix [uv�r nin�eoAw,ac[ooeqstixp � �E111£5 riLL+aNs�PuclLLlx caynnlo-vs on uFn_xar nonoonlow��5lyn Pnno[P 1 .0 umn MUEEs�PL19H1E�nErc� �vn � r n r ir � f�unSVW`IIa�RM W�stx iHEn�'USY��ry�rylCl�uu�nuEblwc'lllo[o u1�iME a{lay BIo IN �iH[CPFrnuS�u rcu VANKus om 1 +� � n �u rthnxC� S��RF�CE Ai 1NC Erv� nr � nr �� �i �V�okRE�I5n.v0.SldNvlo'uoFwwixt�G0.�i�Fw1VG1 V u� . � �ir� � . [�uSeiprtEMs � � � � � M� OWr.E' n r,w '' Efl to si+uv tt�iu� urW is fan n�[ cousin�4ia� o4'trE vcWovw�ronunonnFu�iL ,.w'E���x[ouineMcni:s�rvww��.['tuix �*nu[�I%- itnsi uuo n�[�'vuuw �W siruo�.rtns Foa �{[F.551&[ oesiei� o� n�F -� �'+ �kC�uHGE51o11E5�Ewurralpcul�xFlA�wurG�Iw�1ryW*�wooVuoFiME �" � ��E6 �u i„E s�n[rv�n u� cuxu euua urou� oue �e Fg�G 1 a1 u nr W r � �uN01� ��- � w4wGp.F�q'w�m:Hx 11t eurlu �NUP, EM1rteW1NG4l�xE. ln£ �i.ui¢iNlu'G 'Wnll �uve � un�ulWl �1o�E 9f I+'Irvk�Jl� t�i[i�n'� * . � �news.no��wosum�cc.uu�cow.e�..uur<rn.o��c�na�sn.v� , Hole[si[ca�i�ninn�.w�pn-��ix�xvuiA[c�ta� .. ��F�e ti irce •xo cun R xer .p¢ nor �.��io`aEA�CEUEni oF F p�fui[q q� �rioHs�x e eE nen�.cen��n � � , srz euwes. e� xaFpwnEp1xu r ycil[tN �NG i5 Ho� n seaawiE nn� IIEnrFevi snqu p[ ii. r n�i}aclf�v++vRIOINGsu9�ncF�t1MG0.lcarEn4rlwv.niErlupowrn s A s loE��saIH4cVFnunoGunEn PA vm�wE kx� op �"pM, � E Is Io uk ILL�up�Eu. 5/.w cunlNG sluu oE [erySpFxEn suas101 VI� io t161fEu tlkwc a �,« <�,� oF ���Pw.Eo s�n.�o� ��toE� ,a.EA��N a�oEo o��s s,�F., ..�Fs. a ° �,�w�ok���E�,o�ry�o;rvP:�a�;��,°A��aK�s��°�A��;�,n,�w.., , .��H�=���.3��n�„��o�E,�t�„o��,�toFa.�E�o�oEo�sy,,,E�„s,�n,a.,E�,�,N,�„a�„Ao��, «�wE ��w.��, �o�nEqs�, w �«o�,�,�_E ,o s,�� a� .�,�s P.,��s� �,e�aE ��F . wMc�ii •��aN s�.cwn .N�enu�ss.wum,..no unreau�s.csnuo w�. xoracc�rs on �'PW V Fqo4Ptno- i4ilqli loXo[Gwr�l IG yr.;qR ox �n'KLM'o, ColrtnCi PNut nt nt r;�.ti vveu r .N ON�SI�� I+EF,iINo rp + w$iu� [[xLCWGL�T`P�prcE�norcarc px[ io naotFC� Nnx1 �InieoPr[xervo io n[nuix �x� xCeHs�Ruennn , �wcc�nE.is�ix�sot.veoe�nnon.innir..norv,�xeoua�.�ex.ux�.�s.ueua.,�nEur.�r�ro� so . iaxa�aeeneRn=rvo�ounorwr.osvon�wo. � � aEeA�.s nrw n«.� cxe�.itx ri ��xn.. �uex�i.� �rn�� e�.N so. �cwroseenwoon.noo c.�vc.��uvxo��e,vwisu�oL��.i � } �sS�Gw��nb'on�.M�i�xoruuiNtS[FUNc,y1�fl� cot5in�ciwx:,Htrni[��iax urxuu[u*s �1 u� � �u�nk ��Pwb � cwv ni c[nnF u� ws u��sn� sao s[[owc �rvP1��VPnMVLclnxcl`IUOP�ar�atu�nlox.nLoxGw�11i1�Eo(ivERYtlt �,�p�F�ryrou921]M'o�uo:�+ un�i.a�willeL��mEanrull�toFil�nioCNEWMI�f [xw�IxLSinn�loR '�RBEGINS.rNr _ i ci�uinisiw�iu�wni��rvUu��AnHouc��[�qc�InEinc[5oua�G�Nk[ax�w�n KIVOu ��ry�EENo0�l1�[fA�N1ur,IrEP000.cnYFoaF',S�EPSplmrtf.i nw1InI.1luloR, nxo EONiR.crok �m�� nryE��o �rvLInsPFcllon �'� COx'�"� 6u ,ryH[ME¢oY fi[M� lu I�rt r.lry rnRFLiEk Ynix Krn� I�CnNnVCI FILk nra �. FxEPLniEUExSORPnrMFNIFGxufVFAE�vWIW�G�e1xFEs�� � � �PA . + n wPEWI�+V��4nCl�LIP[R nn � uA.xu�nc�� r . . �yEE5Fx'�cn �rt�wmooH' � � . �+ . , w�.x.e.� rvrmeE iu ouea vi�F ��[ �:�x Arz [s�nous�uEw o f'Fr�os ��n[ �nu�(r�yqiFo fas ov ni[ cpV� W.cio:� �o L lu tn S1mIEUGLMH�r'Cw, �Wi�FWEs�ERuwA1M.Ei�M�Luv yLGObpwt�i�y� L��Ny�ESNcwoeeu auxo ��iF.��s�aFlMsoFn�Fnni�ir��ome „ e u�u SSE:S*�w11R]I�4uKKL'wV FwrfuC EYFJllS�isr , . woE�_l�evuµnRLnNIVOnwucFWoifr.rrvFlnEEF[�xlln6Nwd� �'wGE V�M�V.M a� suwuEs'rvil�ux r1rt uiircx Nml xax( i�;ipv n [ecnElEwrtxlxlH[clu,uulxJitlO>ENIOTh[lRUNRlruxm � �iOWw[iom[[.sr�nuu[uv;esseaqinnni[n��wmrc�aE�y��Es ' q Ea1mY(xl (yi S�InalE51A[. s'Irniuwil�wcrtS_ w+Fn� �. szouEu mir H� ���enz ow�.��� cam[uee rn� ins�wc� . � ��s.w�eeceeazo.wn��cwuin�iorr��ecineones.cx..so-.�w.:�,r4r . �� �oO�HeronRnco-�mnxonc�ouno�a+eEvmorn�czass.t...incswnweau� x �" . �rl�nrtaG�nten�wwawcn,uuf.lxs uiicE:.werzEw�.oF�wes�inun�w.�.iu�a . . . ,.��cesw�����sou�cwoc:ww,.�i�c«orsoceu.arxaa� anF}xE[ 011�o'�sloE^.au�OY:SmfS�mwMnlu�cMlnEf�y;pvolSwsWGOF w.�EaF c�wfeySE,s[n��yuc� n[.ix[[X���[xn+sRiq'iiceo�wun�Exw[wr,�ui[onin n� �xkks Fra�� v � kHb✓u+E�FR'R1CNrCACIP[[� � F. � � ,�.o�o�dw.� �M �F:����. .w.,.� � _ .�W«.���xcwn�.rr . � .. � � .. �� � .a.dr:�ev�inn E�or,iEoonar�.�c MN�.��,s. �;�t`P�;�,„Eo�;°�; � oA���� o:,;�"i�waF�nHEESU��as���" 4F.hSilqEunccoRollw �o nCCEP�E01Noli5rxr S'InrlueaoG.IREESGnEn1EA ��ur� siry� iy cnLlPrn . �„� �wEoa.,»N����s msE�no��Ea MEvk M' RnCiOknilnELWlaRciaRSFYaE�4F�E 0 •.5�^•u� . • , � •�� .� �,�..nca� r.sscsscocs � �* � S�oM �K, m�p 4�l[FLutl IF.5ni1G nuY Noi oGaA nN + K.V_qw.un�x� r po�P6P�Wii r��yq��tEx�mx a rFOrla�ap. SAI+nWEEu9NEF�WspnsuniuNCOH:illu��ioLrvv'oAE3[I[L.Wo[�'wir,.�F�iNOCEnn[ flrvaL 91IIGIi ' � bE w�SEnEo. Maw[o, n!a une11�n1Eo o� Lory�waCim u1mL G1Wrs' [WEMOE 19 Es nbusHEo�PERCFwSFEA]o�SefuFlGilongYnlonlnuttnc(:FPIM1ef, ' L� ' r,� k NkFerstt �rvnt[rz�u OpuHs a wi� [o'V x iuv�liw�' o efkx �Crk o� a n[�iHi.wl'In�eo, sii[� coN�n��� 5'u�� uiuioini[�r iau�fexee s�u�[ RE5 owie.w +. u ��[511E AE51onn ox av uOlEo^.Vln E mnt kE�v� � ury npElulENl p. r�ni�.caawE�� . �.. u;rwi.tr M q &[ExFiEpoVEnFEoa: � i u uuuf# Yu V •�� ' nxts, sw Mn5I5E Vr�i�gs. [�C N�rE ufE11lO[ IliFuo.� ur ��nvnr i uLtnt9YHV[iqHt�fnie-ru.'n�. a w ry wr r n RN uluSEwf�SE�+nC£sVir9BEP£u6Sn�iko,WlwrUL¢ nwi pu1[lsaEhlrn4EoioltEwWOVitF5ElmLioveRxlGirt +� ��neonKvaosr��en,ar�w�.um..ccononNCEwv�oa,�.Aeo�i4em�r�rs. rEriwi REouwEbFence vrenSP.CE.. 5 p� ��' or�q r,vlam[o sPncES P1.[C9M9MCE �Ylfll nyws .. ou« LIR' PPFOun�fiEory[w�miCi0�t9, BY a?YHUPni�ie wniER OEPaHiMENt wonR uiCGIXiY S�w1 eE �uoxeo �oew�s+..i.w aotes. wHn«e.. n�N�. �o�ws.c�e n. �uGipu �� REs�vnsie�[ fon rtLL inENOi sh42[v_ nrt covm�[�pR s�u« cnn.ix�i i��F PROa05Ev cr WEh Fi�ii ��vnn[o ur n �u:exstlp pqnFessioxn� [�xcaxE£R W �xE siaic oE leai.5,r'w+ � vn o rw � 1b1Ua eM fP£IM,HSI�F[ttLPtuls'i�nLeuts e619li oni0.l�EPnE.�Cv,StAVfnaN n oRourip n�np rqH7rzoL nLrvi li ��xol�qns uEElllu cx11EUN o�,�,.��,� s��,b ��,E� �s�« aE �� .�«���« w E��.�u,� ��,o �o.,.�, � � �,o�r��.ES.Es��,q�.���G:�o„�A�R��« � +�+es�µ,�oA.M,.ccn.:c,�i�-nxw,nove:�eoxrn„c�ons��.u.a�ar,�e M.. . � F o "oeP�'op«.s��aR�o,�n���,��������Eo t EH=�m��suo�,,,.o,�;,,�;:�„L:�°��,��oµ�o�Fo�„���w��,�:;;,�RE�,�o.� o x aapvmE4 c� . NFOEil'X^'N1�Enrt �Ho Ia EOLxoMkfN^NE'IINfRA9 uul9 �aH��� E,A�� aess��o��a�.�R�o .�E�p����"�.�a�,�Eon,,. a • �� ^ . oWo�moonMn,�aH n COa �1IE5. II CIaS vt5row5le�ury io Flew �[PwY tNk noR¢oxln� nrio vtlitiv.l LOGiICNs al ME Etlsiu{G u}uir �S �F .. ���o� ,�,x� , . mce��t��e e� w�oecuwe..nwwe.rar�cnH..crvnn.v..wxtH��ra„un�, n�roa.spaLs�n - ��E �. nu�nEO Fw n rEwqp I,y- rno v[exi �, wonikwwce eoHo sx�u1 u[ �ou�ane�onswkC'utu[A a[n s�nwno oEin s9FOW u�e newFeoE on i u[bi O��E�Bwc wc. ' P¢S�EOFulnuu.w.GVo nv�lx VPfSWPoGnII(W,lµ�lrW51. !. qLl¢uenLFWoxuew�xirl.��nlnrFlnlrvw.�uurtEavnWrvEosoPlttLeulYnElw�Eue,�.�xes i. n � Wy� �o[HnF c�i ori �ac� u�le� xkr,ury rn p�ax� �u�[n�.us Fpa Vu�h n.Pcnrx .wp x .�e� u xav[ p.�H or �a-we�rts eortn e{�E I lv cF . u�tE95 REVfSfONS MId. Pe.IssueYiEn 4H +I�I CONSPRUCTION NOiES _.....1b�1_�1s _ ;%y�_ ^ ,:t � �' rC 5. _ _ '-�' r iaiv�'s M N X C Y � . � �nl V'liyitll'I',1l'F..1U1�1'1�, 111111 '��Ill'S4'l�kl'll,'I'�iulll! C � A��o s ,�,� �.,,�,,,�..�„ ,�:.�s,,,���,:�°,,,��.•° - C]TY 01= f=OR'f W t1RTll c� FoRT WoRT�[ � rEans � � WA7'LR WATLR➢EPARi'MENT - ClTY OF FORT WORTN — �. INATER AA1D SAN77A17Y S�IN�R corvrR,vcr2n2o wsM-o - , CITI' PROJECT No. 1tl3419 �� GENERALNOTES t� ' (2 OF 3J ' , - O� ry�WS A�E LNrF , 1C a Lkin v� 5p +� I GY�-?5 I ''i Er 5 9 � � 4 � � � wB� �'E� � � �r�¢�� � tl�lowrvolEnwL5EoulXkoWmnGSORunnLs. .^ .-•`. •^"� ' �_'� �����• •• J w+nwin�„ `u,n�ss v�..� qe wsrnuco..00�r srnw.� sEwer+s_ e�cca: w.i� m,��� o.Heawse w r� � A oE�a[�'lun �i F.rCEEofRTv�Eu�ervx� „t'�Eur.Nlnl�G�i�HExs�cer.u� eNS. Liq�L4xlui , P ,� �� �H�`��Fn ,�0 5��,« � ����E� � .�E �a�E o�o �N"�wE � SVxFq4iERl..ill�'.PHOPRn�VStp�kKcfPlluR[R[9IIONNu1MF�n�6FIHlHESEPLANS,NFAsuPtGixa�ryoc v u r, ieur cr _ x IkFsk P s�i.u� pk IkSi�ILEo oHUL ANin. iMNCYi u`nv_IEF;.m�nimE.� a[N�fcl��r�� �k�l'i p i„E ePCM'o vC Ao tuu.ixiuu v Fi,i xNo IN uNE wlir 1Nt � . MIIlInuM oF J 11 �S 9Ro� 1hi�na� �i„�^"[kc �r c�rGHt SArnvn' iH[awi.[ �x }iiES! P�nns. com�in�ciqx nrvn sHOP own.vwc xr �''i�E�'inxr.[r[o.c ,•or f ixnr � i��.K. � sw-si yN . , neio H icuswxu..rEac�W�rkrywc.o� EviErn.�ws.�w . „inr�rar�.ws.aw.�an i 1I,msInLLCXuwulniloN'Yu�+NHes ofaHNLLRSWVwH[Ni�ssi£ufsPnsslmC ['s1uFn�o�q�xVrnox ' � w�iic�s�aN[xEF�P�E5M0�6Wvn�Gsin�ceoaon�['wEii�i.iEyeveciFle'.iuxs_oe�u�F.PWE �� w au F��oiskxolrvLCt[fnSRfo nx ex �o�f��gHa n cF 4oHs�p�Ci o Cn[F � bE wUl'.VnN� ' asp�{paru��i�pnxpxpv[a;oc� nvE���ia� i x��4ntHE�F.�nosrz[� . �u, U �� u . - _ c��Hn�wc ixF 1 a[VIa0N5,�H�Fi�aE�s51V1tEHE14n[EUYu^Jxcli�ur.Loses*S�PwWROWFmIxGs�eNF�{IplsWf*NlH[ ,ax. ecFAkc=�s wo u:ocv,�cu u�on uw��,�w:,ud.u.�n�s, si�nu uc r '. �rtc�.:,awnuvnn�se „>>w�.�.��-L"�"�n.uowirHurKn.mcRcoavenscR�cc�wes��R ..� � n� .�� _ �v.s w�c�an. A Eou.,�nc�ca,� o F _ �� x�� nwcwoi.n�.�n.n �En..u+v� cruu um senw:a sw�tss�. �hae on�e� srww � secno�"+u.µ. �x.�e�eas s.i.y� ue ne�oc•�co � r� ac�wo ��e cuw oF.s uwccrsu er ��r EncwFen �� tl�iES�x[9 Anas„iu�nilrvoL�nnc[rz� xul^u4_wn�[s Haunedi ex AI�[nuwiC�akik� ��w i[R �i� w�l'�Cwn1[n wlHs �r�cn oHu[rtn nrvu:nir�l�Fx sx.w� ex oA-�� r[q s'[c�iuH v is �e. r, ouL�i�_ �w�� sai,. aenwcs+no,oain�..�W�,F�x�.,�x.�aPEu"`�soo>noasr�ro�.r��rmoaicvnoa nx wn�eR M.ws sn.0 �uve ,euooww� awcs �cH ���u o a, waa5� ,. �.Lm uFr,��., ��� eNu oc e..c.� , Av unr, oeF�Ecr.n*fR w�ns.+� minrs.o aeun cuxo ix�Frs in � 5��.« t�Fee,.M M � a oMau�ex i ' w.uof ww roou�m�uFonE rx. N�.�..F �Hrso.,*e�vei�es�u. uc e1a n. E�.a ��� �a wRH �w u�vx i xn� w c- N5>FctaprM4L��E1�5 wHo5kun4EAtow�Equ�[Sn���[an�noirsfww�ici.is[.f� nrvo ., wx� Wp:N�=u � M�� ,�w��otP°Hvp�;�,a,�H� �•oF;��wwE�a"� �aA.woq,�����o. � f�xi�� v we ���.gEw[psrsi[n�na(FOayumwrSEwFFon��,nnia�nrvoF wnlc�ainv a[�s��� m�aWCLi�[EIxS'k.v�ltlx o CnEw nPE �o4�an'oonmc v�uEE.trsrn� a�a�.[ iHv. sqqKLf�EPxurA59xµiEomnlCl�[Mxc[LGN�uI., nvnl�nuiE.T�l�eVlanGlekvnµPExF.SwMaIEIE wl,��•�c �aocEo s,wi.u. s�wEH �wes ar rwes wua ec uio c�ose ,o arner� �is,eir, v�uniEs �u � . � �r��n���es. ws w�i Weq �ie�ry eEuvic[s, N�p y� OMEP vhIrIES �xb s�i u[ivnesRao�n ww[+un � �� �, s�wvArmaorec�inxoFwrneoiH�e�nw.eanwx: �, ' u��nn��[k�Fouuth(wB�c��iniyrEc�oA.wnrzP ~'nn[i� siW,�Ws�gnl�� CSk11NGEHGr�HUN 5nb EOEN�[ncv tt�N �okin[^^vwC� v p5nwC1L OnirN rax� . . hn�e.�Fa�w�+ooes,o F..uiwew�iEx+nnwuraWs�ner.rznv�is1.s.xesv��orni connucra-rsoacw.�r� _ . . . . .. . . . . ... . . ., -. . . ....�-....--`.1�.�.--�.��__ ... - . -. -....-. -.-.._..-�,. � F. . ,o��n�R� LEGEND Mi�LUEFv�pnn�:�sPi . nn •un�F.xw�.^w�neSMncc FPOT�HGEa9EMEN1 " �k4h PROPOSEGEnS[i.�[hi dsa[[:O�L cn P�iv[c'i �ux�[c[n. wn!"H EneiHeeA�ve�nxo wni[H o��0 n��nnorcs4v^ iHC f���Eovit � Hiax �ou n xeNfw �nrt oF � ni[K5 VNOFpsEp SaN�iI�P� SEWEA n rt[�witn����gEqyc��cu+d[iLcwmecr[pnNnunuaW�iF.P�om[n[w ��SiMGSnnIT�rsysewER � �" T ' Er151n�G5nHITaRYSEWEPs'EXVICE a er�xt�la.'.0luuci:PliLOP'in �n�6E[�+eEMno[puHL1[c9nxr�.na .�I1[u�,n5 PROP0.5F�wATERUXE I�i xoiu, µ�nESVoSlounvian �t;allvinJLiloNlE��wloii�ysYECnonn�s.xliNersnr� x_ EfuSTINGWni£auNE c s P k �� Es pROGaSEvwaiGqSEPVICE m m. � n . 4ax uNis I.rMa o�.AlE1ER nxp 9wotER r��kENisH.u¢ i! m..illqLiOIHEnEq,.�[k[NloeKwEA, PROPOSE�SnNIlAmSEAY�GE . [o5�p��ffn��re�iwno�[co�[aibn�riwvieosuvu uno[,op1q +�&W�ONEOLInE ao�Eµeiur r v xrp+pEwvccwnnnE�sPr.iFFr.ni�Ms ERisTirvc��crswcweEeiAie �=o�wq�ncxnEss.ia�rzaxEwuHce�x��sw���oeae.e.�o�,�A���ncea Eaisrueeovea�icwumm .r�necwniuc,on.c.NNse. F,nsxs��cwnec.ro.��„��n�c,F eusnuc��uoFaeAa�No�n�iir � �oW .,i�wLL ouon�[ n rr0'w� k�io[ �n ERlsiika u�mEa GPtivxp iELtCOMMut�icniioHSLixE �cco�uunc[ ii� [iioxv.�xallo��umnuo�ia�. EFISIINGUNOEwGAouu00TTIGSF{bER�InE »^� � , � p �.p�..me.uw� oxwixsw,c��x�aR E�'snuerE�EcoMM�Nir.nnaxs�iNs - � r,� m«cc� �,�.s �sinw �t�sriH�rsFnuran�EUE��r � o��:C IlAfi� u aEno�w o fonryu Sm i Rr trvtH uH�.o�e. w cm auu WE�s. Pue�c .vncEs. N[u< E��sn �cns �.iu:n[[su�ra��.v�nuh�.s�so[�[w�wkuu�TMFUrtnxwui;isirvu�ou�ueaxr�wu.rc� Sl1BSll RLFF�ELTlnC i25n��1[�xrsew[aux[[ua[ou[xi5'u�i,pEpt�uwinnaoiurnc::nt��l�nr¢e�urep. ����YRFNLHMARh1I9Ml S}� xYnx��e erismm.ianU ppaiNenE sxsrtu uentt �uE aNOPoSE6 s�s*f� u w 5[frvic[, � stiaV�p ���E LOHifwcim �[.c�[ ni[ ��S�wG xtunu cw.u� cux oi s[k�i[[ vM{xEx a�inaFf wou�o t'nusF o w[ onuJr�cENi� NE`Pr. r.uENO*nM.LOW ' ���U+ �PoSESE otrnl�.mW:i¢I�iE srs:EMniNFrMn'E il¢ �.rtxs�c�a�• o �vciax..�.a�: �. �• Fr x ��oo.�nas�a�eoeTFr� ,. eRis�w �nerswws�.eoes+s���aene�oveonrmccox�w,e.rn�uNa+.o�oeFORe:�sicxan�w.ek 'MFFIc CaMmo� „ sVKw� a wof1R xHEOVLE. nwf.0 con�Rul ttan' wn aENI W xuitrM�uueve�avue�noeanRsuEx�,niNo�Etnss�P[[�.coiiianaucxn�cwR[[u�hHk 7ynoa � a[s[�oeiy�q�,EFOnin[sut�vocyEoe.mwuwuoM��ortiv�sirv�f[nWcaovi�.[ • co��aas.a�c�o o�e� v.Ns �xru�uc co o r.µc v ��•A•A ���. �� eaw.�n. ��s..u.nwu snn�� n� �ww:co �oe�n� io vtHwi wxmu�ous uo�euex� u� .. wry'r<<..x ^ r. ionsnrunv �rona�.sic.ura���as.u.o�uweteirsm�c�ri u inniuc�ae�usi�Oer�P�wrv�ni[noo nsun[SrRtT'wn':Mnt�ba�,u�i�M�s���reyirm�r,nnnns�wo . "L FFIc61rJNLul�oulrnfler�snVlJNccorvSIRVCIql�lnfi[^.uu^.ION9riolP�nccarirmLxui�l*cr�oav �x �xsoax �anFeie cen�ro�. ok�Fsonlw��n�ea�o m[ ary nman�[woa�s'sin�ivfwoF irt *tUs wr�ve� u s��vy� si�xw� a�v rrznrnscn �rwrf�c.icwu uooi�cnirsa �u tHE iw�s��w s'luw� s[nxw ' F�nn2�xnFixwn i u o rsrrupxianrn[Hr�r.es n ��ON5�N�4nON�v[�nnHs rnixiorcuavnruaE POINi OF COn�PO�NO cVxvhNRE � si u(; wniER �a4E m�oroseowFrer+vKVE caisniw. wRicnriory cov�ao� vn�� e:usniuc FinF ��snrsn'rt pAovoseo roaei�wr�n. E��snwc �wu soe �ue� Ehisnrvc �ciecoM.vwc� ewsrwc rieca oanc �n�m son ef isrir:c cr.s neree EsisliNc SnxITNY MhNH�tE� ERISM1NG SAMITI3iY C6EANOiIr Ex�snHc sroam oaary xw�no�e cws*nvc�wNrroce �riim MnAnmc ev re.wv mu sxisniuc coHcrtEit aaoao.,roasn�in��a.wEu_uraeaua ft exisnHc iaee � _ _ — � --�' �—�'. ; � � M F�C T r —^. 0 REV1510N5 i�Qf xe.IsSUESNEEi �[wi.+r 1ur1y.�2'} I�I � coNsrRucrrax Nores �.{u!1 ]5 ."� ��t f •:;.. _' ' � AW�--r� <<,����,�����.���.,�„��,�,,,, F�IR'I' \1'l�lil�ll,'I:\ lGllrz u.nnu.wciw..m lu.ixiii�in—�— �I I_\rt,� Hit'rv�. i-in�i.r FOR� CITY OI' PORT WDRTH TEXAS WATER WnTFR QGPART'MENT ClTY OF FORT WORTN WATER RND SANITARYSEWER CONTR4CT 2020 WSM-O CITYPROJEC7Ala_ fp34i9 GENERAL NO7E5 (3 OF 3� ./�� ncs��,ro ncns .E f __"'_ _.. �R.iwry MnSD I sc+ I a�rt-�'S r a I C c` r _... _. ... _ __ ____ . ........... .... ................ ....... ____.___-..�'" REV1510N5 � m� 4 eissues�rr ��.•�. ie_un 4 MON7ICELZO DR � ' n � m wc�r�v. i�xrs�urH �F comsrRucrroN Nores N YIHGIrv�nPu f] - � X Ml)nIICELL � ,H,ti��St�c�° ",=:; 4 i�-I�'� } �i".+ "ysi��� � Z �� ;A�� [i s��r,�„K„�r,, ., � 0� ,�� s � , �11��ed4�nu�Ni�r L� .. GRaaF��GSC+IiE WCrT�(lvn ]nC NOLEWI.v.vF�v�rr O OTk{Y ' � ""E�F;n wcnr,a�,u�� p � •��~�. �s~mu�'Av aL' Mnn�i�rOrvnv[rw[Iw;u -�...., Q n �r�iorvisn eun�m� �-r.i coNcxerei.��ns, . -_, . _ _ _ ... ... ... . ... _..-... � � - �Y��.�,�..'m HAMfL70NAVE '�owNsti.wru.�+ �.. ..- LEGGND - / y ' i� � �'—..P . ... , . O - /,/� — . �� � 2 c ' � � ru��eu�znnoNnNoavERinr . / �!{ uea¢e+ranoMixwiTMxa.oFcerneNraEr<sawaernRo, � � , OQ . . s Pn�o�Es-,�HEuov�wrvmt�i�-wru:liraEoxi.uc � -�Y �a;.F.�orv-��a 'A �- aunMi�,ln.raii�eiHs. �utF�: �C� \ 'snMn4NAVEMIIEiW,v/ . svw(;�u�aqp��ri'f� IO \ . � ]. IFCONTW1claRErvcauMERSapIFFfNENTE%ISiSECTtONTWW. L EiC�atil�spsi� WIIAT WAS PR9vi0E� cOrviFaciaa sNaL� IMhiEOuiftY ]'XAN�E� ys�l Q�` ryap�pxmrur�c \ •59ROWMSfk��C�nv ' CONTACTEkGMEErs_ a"ca ' rE�a'CLnvwr�5.;c• kniL{/ /� q'tELt��]w�5n9a0wnCuv ��1� /,� tWrvE CONIYWLTOHISHALLRERIOVE�SEEISINGEQNCREfEBh.E, �rrqN AyEM�EiEW // ' qEGnR0�E55 OF i�ncKHE55. P�IIt REPUCE R w[Sti n F�Ex g� E 5,5 9Mw �N0���1 / �1LOnn�b� fWMi , 9„�TIIE EN� SYIUwu IN n1F ttPiCPi SECTI��N� ON �S pIRECiEo . � � i�RfitV�nGFMENT,hIECONTRACTOR �` f ps,l �tFULVCie�2EANO6VEReAYTHE�xISIIrvG W��LI J � STRCETS �N ACCGFGAI:CE wRn 1nE VROJEcisPECIFIGiIaNs � � a P070MACAVE i%��a��� ,�, �«�s�� ,..F��r • nnooErni�s.�tcos*s�onrs�movel,oisvosn�c�nninc , �ac.�r�oN�o�wFsru= (�-�, � qA� [ax�rnc�ior�.a.r�oaREananrioHorsuecf�wes.�u�eE Q nx��i[WnvEnuF�E�� -IQ ♦ qj LONSI�EREG5�551LI��kvTOinEaPVLICR9�EBI�ITEMS,IW«S$' }^ !J. � oTH'nw�seNp�En. � 'corucFfr[��w�ay� _`� /�� � ExCEsSninlcfiwLGENLRM1TE�FFOM1IPA£ASrv�fCp�ulnlrviNG Ui �'A�uM6ROWM15nNnI[uv {G\ � �_'. �i INI�/INn�nN�ro � ii4:�).P��ig,p�.�ei V ��'� 9(� �nrauupJxnnb�l0�+ � � Ex�StIrvGGONCRETE9A5£SSHALLBEVSEIInSFRlMASEHIPLAT� A_ � i�Erci�E�F'�N � ��CPTN]rv5 nrv0 �H A ANrvryEA AS �IREClE06Y 3HECiTY. TNE � ��.05'mu�vxsnN➢vCV.Y �; � CONTrsnclORSNnLLPROPERGVGM�E.COMPRCI.AN�SFWPE ' �y9C ' ` b �s ue�owkpup��Lt S'I S�CH FI�� niniERiM1t �a ACIIIEVE TI[E RE6�IRE� SIIBGRnGF .9L� vEn��F �� +` ELEYn��UNSF.Iv'�GR9555L�PES,UrvLE5501NEtiWIS��IRECTFII� _ ! �" � ��� �e s / , i \ �A� . . . _ .. _. _ . . . .. . ._ .. ... .._ � i 'i � -n . ErF r as tV�• - ` o`o �E�z�.�vsn ° �' _. S . ��nnnwanawmm.�.c�nv / � \ .�.r.r„v u�-�iac mw en �. `S ;��,:_'�j... _ ' ` ` �.\ � lS ' � LENOX DR F _ + a� Yc�•f�� \ \ � ? (ti — c �acnima �nzi.eKoraa�vers�i io nnorr� ��Euox ,\�\�. ��G ' ' ' -,-r�w�c cr�we �wu�avo v , . , . '� 5 CtlrvClEYE rye�i esi! 1 i!'tiMAC F S � M1'0�1LIll�N�pU�ILP5�1l�� NU '� n,VL..G Pr lWSM'i : 195 '�._��._.�.�L..�... _ _ -.. - �--_.. �._. _ .,_ �._..._----- - -- _..- _ -_- .... ........._....-- _-'. _.-,�__ _ . _ ., :. _.. _. � 5 tnrv[liGrSeaoitEN! Gln !1H /J.G!`N � nOtl E � . II114 Ntill'I'��VL.IVII'� I�rl� e I1R'IN�iN'I'll'1.\]r�in± ,� ,. ,zs .__ �_. .- � . ._ ._ . ._ ._ _ ...-_-" - --- -.._ . _ W � Ar�a..�.,.o..o„�.a. r .cnni�n:���== - '--Q r��:xassr,nrv�� r.ivuix FORT WORTH C[TY QI= FOR7' WOR7'F{ � � Texns WATGR WATL-R DEPART'MC-NT � CITY OF FORT WORTH = WATER AND SANf rARY SE WER = CONTRAC72020 W5M-0 � C7TY PROJECT No, 703� 79 z PAVlNG 1MPROVEMENTS �� (7 OF 3) 4cs+wrco M1�5 r sxEF � ew�wn SP I�r im I an E�r'S I 66 r S W 4TFi ST w J�r{l� 57 _ _ - _ __- - . � .____� _�_ - ------��--- ---- _.�._�__� ' ' . . . . .-, .-.-_-. . . _. .�- _.. _ .� ,-_� . -.. .- ._. ' _ __.,-...- REVISfONS t0 rynox-�. nNwnaiilAV M[�x �K1T!-dl �vcxrrr i � e.issVEStEf/ .�� __� �c�,,� cnrr�H xwrw,mm„ .�r�i�„u�,�.rnn� I � - nYExllFC w Euu[ �E•'�1 x I 0 � -� ' ovHnE�EIHAOKY-nl SEunitiiin� � �b.v�C - � w ss,vnrc�nv�E�-. w�n� ��P��'�T� �-enseMnrsaini�ca�c-r CONSTRUC7lOMNOTES N � P. ei.Nr misria�r�x.�c ..i�.s ,., anw,euawrisaNnrcur n�s o�nkxuRowus,�.�orcur � ' x r a�,sa a .m HAMILTONAVE uaaxncez u: � ! , � � � _ . . ... . . ... MAMlLTON AVE ' � 'u � � ,� " --- .., ' `�------. . - — -- �, �� i1 A��.; � ����RF'," o o'�;�"'_. '�� � �xSFEcrou pr CrcnncFs �•� FVM[i�'iavun�Eu��l(s w�;� �'.�Ip y, W� GRAPoiiGscaLF u�c/( sinFFT iwr.. � (A� '°'`� �ti� oren Kou-rnsraFwesrara xa � ��u�•� ���..�r�,��• � mi !Fe ' kiKEu00qnc mxnmwF.S��ln mN'332d�vE5���n WC��iGn��wn3:rrM =. ..�.� ^ +�Jsrv�u�lkln'fw:�l ae[T� 1 SruEFTin';:f si�iff�i[;�l � h' (� s' f. rw 9.25 HnwC ].'iiM1WC �� +�sans[rtw�Ek�u o-Cf�x[Fc�FIOrsOxFiu1 . . -` _ . ...... ...... .. -. . .. - . �AEomown - iEfus'�.ifilP9� � ' as- � ��U. � ravcRr s �s`e"aowusnrro.c�. m w�' LLG�ND snn�o w aor i ,�s eaowN vc . � � -.S�1nL Gw w,�nrrrnr.� li�- - 9 P %i�l � Z � , �, _ . I� w47H.ST sxqkrc+�E . , J, - . -` �.-�� V. _.� _ \ . �. .. . .—. � ' _— - T � � �� PVLVEpRATI�NM'�WERL4Y __ _ _ �� ,�,E<,�.,.��t,���.����E�,Euw. _ - \��.- ..._. __ a' i 1, AIILVEN2El ANOMIKWITH[6uOFCE1AENiP[Nyp�ppEwPRO,. oNsrytyi�rpn;iyqi.�F��OVFR�cv�wo�uFarzn�Gry �� AEMWE]'.riiENDVERtAvwlirypa�2U'�}yp�pHAWC_ Q ix.safCltlfi'oFc�uwGESlxFrowwnv�m�kwt.v � � ]. 911T1pALLATALtIIF.�NS. O � i � � y . � �FGpNTRAC1aRENtOIIHiERsapIF%ERENlE%ISTSEC7tarvlHau: � � T'/�'n5 PPOVIO£� �aNtHnCTOH SIW�� INAIE�V�TE�Y w Q COkTnci EHcirv�Frs. U ❑ fy Z � . wHEHEF%ISIINGCOrvcHElEBASeISENG0IJNTER6p,1H£ QO U � A REGnROLF55�cuTHl KNxk55EnNpqEFS�IC� CpVNG�RnTF �S�e , �, SEGTI6NF�SSHOWVIUTIIETVPICn�SEClION50��5pI�ECTF➢ ' � � W57HST q - ,. av7F��E�uo�NeeR.nFrEaaeaucEniErvrfnecnNraacroa � 5 ¢ arv� pETA1�5. n�� COSi: FOF HCMuvu„ pI5P05� G LT T ��:—� _._ .. _ � �, SI�ALLPII�VEftlZt'M1N�UVERv.YInGE%I '��F��IC , '`'� S1PEE151NACCOP�M1rvCEyyITHTMEPROG AECF aTi0N5 1 � � COi.�PACTIOrv, n��0 PREPARATIOH t]F SV RA�E µ� 9E�G \ �oL y COVSII�EkEosueslolnt�rrOr��IEAPFLiL1�LEeloliEMs,uuLESS' L OT�IERWISENOtEO. .NF1M11TONAVE ����ciwscixesrsrnsraF iw�.� iur�.�r�wr�,oiwesrssraF�r�E�r� �oc�r�iw.s»>wesrs.rrsrneeriw.0 � � � � I �s�cocrs ��'�C Ek�EsS>nnTLFIM1LGENENnTEOFRDA1hFEn5rv�iC�NT0.INING ` ` AE J ��,���Y ��`4wrns(i - IEfSin�Fsii ' EYiST]NGI;ONCRET6Bn5E55HPLLaE�lE�45FILLAInTERINnT � � Finc[s �'BRUwHSnuo ��S��p�vN ov[�nr n�iaNrsinnncey��Yli���)�t�ai.iv- � LOCATIONynN01N4M1NNNEfeNpIFECTF➢BVFEo-;G�iv,TMEe t �} y CONIIInc�OR SMPL� PFOYeH�v GA0.�E. CG�.ianCi tinp SHnF _��L SllCHF��� M4TEHlM1LTUnC�'[CVEIHERE4uilespSLiBGRAfiE '�FI! GI15nOrct/n.T� ELEVFliIOrJs allo LH' ��55 SLtlPES UrvLE:s aillERv:is� pI�EGlEO � � ' BYTHEErvGINELR. - r' ' _ .. . . i __...' .5 ...._�., Ci 4 _ • -1 ,i��1�S:1 - !\ W 4TN ST 5�� ,�1 n --�-,._ i __' - �W . [O •�`••• Y l= r �, '4J W I n7 W `= N A��.-� � „,�.,�,�,�.5������,,,�� �r . n�.��xr�suin�ki,rxn,in� c '�: � "' 'I LL 1+� ]I ]lix._i_? SZZ . [I�:�r\tilll�.li.`-ii.l�-3'�IIY 5 � ,. wSrH sr � ' FORTWORTH ��iry ar- roRr wottTx " � y� - . . � �. � TE7C.45 = : � � � ' WA�3'Cit WATER llEPARTNIENT `_ ; %�c: �.��„�»FS�s.�� 0 � - 'f rI;£nnucF�a} � _ ClTY OF FDRT WORTH � � Ere �::�Ps�y F- . WATER ANO SANf iA17Y SEWER �. , �+ �� r���� rii. iu. e:-`:> � CONTRACT 2070 WSM-D � r w,e,sw<ir«�.�,c-.i„ ' ClTYA1dOJECTNo.?I134T9 ` � � f � z. �`B� - PAVINGlMPROVEMENTS _ }r:3_s w6rHsr (20F3) e :��� , ��� �. �o �p Z.... _ . . ._.. _ _ ., _ . _.�.�-___ � � �s I su�= I �� I - eed,8 - - - -.`-._'�'. _-..-'.__._.._-.__�._.._. _._,__ ..................._.._.�_..�._-....:_-_.._.,..,.--�._..._._, ��._�.--�.:. ..,_�...._:._.___._..�_....�---.___--__�_.�__w-,..._�__�_,_._._�.._.,._..�._._ .� _ nrunn ,_,w cerzs + 6) � o'��EEr 0 � k a t � e �k� j;��E ����� �- r � � � y 7s z � _—L. � O MERRYMAC ST ti � u, — - s � � riaie:�H��eN�E � wu�feM�,nvex�� � re�.: �� � LOCM1lIpN �6p-EnS�OF 111CJilfON il0�wE5TCF IOCAl10k2W7LVE5f5jN � UNVVEAS�FYpR�YE�WNj CVR�jIESiFEET?W�d�_ AVENllE�[��� , �� F J �.7�IIh�nL '!5'Hh1AG' 7"NMAL NikEag �f0.'Eu7 l.i.'i@lia'�IAArEA�A[IBAOWN )�BnSE�WTERIAL�FIROWN 7.5'AASEMhfERNL�PROV.'N ��cniirNJ�•�o'WfSTpFCpAaougTl�EEr�W:11 = C�nv�v.fANfl4wii�uefE5i0�+E� GwvEvsnHnw�iHiiuesm�E nTEpfu.'3'H£SYSfi� � Y�s�'nRN OOIMNN ��4.�r. t�1nYl[a�hy��� ry cLl• n�.� olimvrv.nrvov k'rFl9RC1[EHl c xErors � a RE[� • i •. ENu � �=�' rvUv - . . �� .ial GOB�iOwxsnNor�r �. . F�SnNowin�tr,uES�O.ve a �. _ . . T`� ._ . 1 ' - CYCtnrwin�LluESI�Wen�TBR�Ck Wtrhy TL �.��... ..—. . i ! _ ...__. . I ... -- .__—'_ _— �� h wsrrrsr — � . ���„F - _ .--- nipN' 5�:� x'�s�5i��avENUE �F��� b,'E ���� n . HU� �• �� n'�c tOGl��k aev9 wF.sldrilnveNue �w:.� MM1i[Hw�IsnoiHxG,��Ev - - c ��t'l�� l8u9V:n CuiEv snNf� SnNO W�M�L1FliErsnrvowin� �iufs�aryFi � O +�MESiOnE � o'� uowx5nH0Yctnvw�ii�LnrE9Tt]vE(u_- � Q (�] }I�PL. �]. Ml� I� � � "' �' p � q 3 Z a O U ? - s U W 6TH ST � �� � - U -� . _._ -. - — • .. i . ^� -___ �.—. . , .. I _ " _ . � �.—.. . . � -r�..w. ,. �.,. -._. .._-.., -. ... . ... � - - . . .. .. - IP[xClli[C Mp ,i Qj � ir. curlrva.l1 sndconr F ifF -. . .� .. .. 1.Mm �>[rt5FCe0rvJ1i��3 � � � rMniln fn si � /� I . I ��I II\ 1r { Gu[x[ifMSk �` l`rii : t� j��\� VnRts utw�n��rPe�ns� �.�-.�.5�-.' t - �o.�si�rvcmm�c - - - - - \ n�emervr � � �- uxonruxu¢osuucxane ' +*ExI�LnFn y�� t�[r�.��w.fi[�` CKi� pVrI6111x1 uAv MEx'H - � se�uvx�susio��— . , ov¢nuPo�a=mi�c �-�-� �•�-�- Fnumr.e uia —.. , .'1 i'.. . �, . _ _ ' j.� �t\. /� �FULL DEPrN REMOVAL OF CONCRETE SUBSECTfON - � rvorroscate �]20i �OITEuaaAnaYRSPHALTPnvENEu�rtFp^iq (]]u] tu0�ol�s[1EGTB4GFu� �nfOn� ' _ _��3] i�o�0ioilEeeBFOFfENTFORwnrfAlINESILMCnnnf�5Aut1ER ` _ REVfSlONS � p erssursHEei _ __'. ._'�";; � � � a p� � r� CONS7AUCT10M NOTES ry � x �� � CI ��. J � GRAPHIC SGLt M��' ..,: _ L� }_T. . - ' LCGL•Nb _ ._ _-_ _ S � + ,� PULVERIUTIONAN�QYEpLAr I 'i I. PIIL4ERIZEII'qND�A1%WlPiltipOFCEMENTpER5Ol1-0REV0.H6 � • RERIO4£]',iH[xOVEfUnvvyiih')'pGh=:7h'aFOH�AaC � T BIITfIAunin��T�EIrvS � � 3. 1FCONT(�nCioa�HG011NSEH5A01FFERErvTEx�5i5EGT16NTHN4. `.� WHf�T Wn5 aaov{OEO CONiIiACT01i SHu� ininiEniaip�Y . caHrnciencwEEa. . � J. WMEREExIS�iNGCONCREf£3/vSEI5ENC0�rvIERE�TME , GON�H4GTORSnnLLaEM�VETHfEN�STING[ONCFETE�M1SE, ' SSOFiIIICKNE55nrvpqEPIACERwilH0.RE%BPSE � SECTI[lntn55}la'NNiniryEt`IPIChLSECTNNs�AASoiR�GTEO ' Bv i��t ENGINEEH, n�Efi REPV.vEn�[uT, T��E COrvTknC10R � EI111[ nryp OVEFUV YnE E%ISlI1�G nyV��n�,i � STFEETS M ACC9POArvL[ SviTN 1HE PFO.fECY 5PECIFiCATIONS /W U OET��LS. nLl COSTS FOR REn�ovn�.015PO5A�, GvnpiMG � camvncnory nwoaaea�wnTioNOFsuecnnaEsi.n�,�ac � CONSI�EREO S��SIOIARY TO itiE M1aP�ICM1HLE 6101iEF6, [INL�55 DIItEHWISE N(}TE�. EMCESSMnTCFN�G�uk�1�FE�FR9MnkEnSNaTCOk1nW�NG � EMISiING CONLRCiE 9�sE55MnLL dE IlSE� a5 FiLL�.iqTEplqLAi � iloryS�N�IN0.M1LtNNERhSOIFEC]eo9vTNtCITy.IryE COrvTli�CTOR Slvy� pNOPEHLT GRnpE_ L nNOSHNPE ' �� SUCMFILLM11nTEa�Iqp(;�iIEVETXERE0UR1E005ueGa.w� � E�EVATI�nSnH SWPES 1111LE5S0iNERwiSEo�a�ciEO , 9Y SHE ENGIN�Ek - f � ` _�s� _ ' ' ___ ❑ ,� ti,;' _ r _ Av �►-� R, ; , ,�, E,.,��� �"�,,,, �•��R111,3\?4111' � F[IILL i:llli)IIY-_J� n zn,s w;c. n,. i�.>>eu j: i'OR` _ T WORT}� Cll'Y OF FORT WpRT�E ;, �/!" 'iEXAS WAl'EA WATL-R DEPARTMGt�1T = ClTY OF FORT WpRTN WATER ANq SANlTARY SEWER COMRACT 2020 WSM-O ClTY PAOJECT Np. f 03419 PAVING fMPROVEMElVTS ^ (3 OF 3J - nanwrvkp hlA50 I SrMr.'� I un I rtt = � Pc!'S �GB r � Y � I 3 � � z 4 4 ��i � 9�y V r�r�� �� . _ �xrEnw, i�naes ��wqe�emnse� „� f seputµWnYlvnRiEs—s[EPVN� o.'.p.vsi AIEs ��� TE WN�E PnRmvnv Ivut ES— SEE Vv�x�.— �Solt —SEEPwiI� � ,�-£u[s—SFFHnNI 1 r e' [.11RB PnvaFA 5 T T IOnl c' 41uB r I �iFER£R��nµlo ��y.. 1 oER]elti 1Eosu ea�'n�N- v�eit yi BVA�G�REN FSECINifW'i� 'itMNhl � I � v��li( `� � urE �u'� FEF��ribisosx ( acivEn�.� - �r � COmP t �l I � 11l- '� . Q eil � FE / . . . . ' • �- couePCT16 :I .��—� a �\ �,ccEr.n� 6�` c � � C LIMESI dl I S�nnl�lio��aG�SE 3 �_ J W 915vf+CF�_CTOrvvxtt]]� �Hus�f0.+11���rJ , �,w ' _o�v5iAllCiiONOFry �:t�k6nr�p��vrrq OTYPlCAL ASPNALT ROADWAY rvoT io SCALE ..a �e: r �� � r � . „ � �•. ���� .wo n.W.o �..�_ � �f=�,-� I f1 ' � •3a ,...w����..,.,�....n��4.� „U. ��r \-I , n..��..,,�,,, ,_— � O, CONCRETE PpVEMENT TRENCN REPAfR 69 NOTTOSCALE � l-f.'�� /aoS.�i� wNCRE�E H+vert�Hr ia[f�[MRkP�w uWCf � rMniCHExn`l�T� / ��Sk�Me�EIPn� � PFP SfC11GN it 1� x3 I � f � ( � � � f� vnAes �� EM�SIMGIP[a1[O � ��`�vtMu�� � SupGaAOCpFnNY� ` NOL511111�E� SuuGxuoE ' SE�[[ipa(XFIu .�.Ea��,� j , .A SERO(!N ls`Mt or Pnv[M[x�u �v9VERNPLCoI[anl[ ``� ` � ` � FnpR�C:a'MN. � ` �� � 4' M�n. n o 1�,. ` �� I,- At0.Y.N ��^` '� EN[anoYNPktlE� iNInIIWe[fiorFq �� O�rve sfS�ONJ�05�0 -IT� � �rt�SNFPap[cVE% ; M��_�K �sE�,�o«�3�,�0 , °"��,.° NEbb rvG � I r� :IR; _i ' , — —i�mix.raexcHwnune�unna�,rn.i xoGH�UNI�W�1H� I GA9UINWnILi� o•xesen� nr.�en. , BACKFIZL, EMBEDMEIVT, AND T�MPORARYASPNALT ��PAVEMENT REPRlR FOR WATER LlNES `] Npf TO SGLE ] J INriE4PdRnRYAsw✓�LranvFnrENrREM (' +�R�l Wcli/�t1lAIOAI ]JU� �0�0 L LE0.w n�Fq9 WAiEAlWES i1- sw.ALER �Hr��cuxErMRumns rvre�o�iuMc s�wcu.[rru.i r^c.u�^�l �tnmor,creu / �P�ECIONJx�AL / 1 � e �� re s J �3 � i �.. /1� 1 vaeies �- ¢i. �siIxGNMnC � � un re�EMen� fueoanoE I�f sry�l p�siuqo[o su�GP�IIE SE�E[IBrt[[iiu mni[nn�Nn �15auxAF�LL sf[sox3iu510 ., P�'�FMExI Fal4i�[taMxllE I. ,`4-4Y ,. . Mu f � r ~ npoRc1aaounu�i � ` , � �,u� ��'� ; �s�.on��PEA ti �SFCItlx33osto _ M,ti � �� _ � � ���. .- -....-. .. �. � .iPEN[ rtl�MRS . ._�-. .� P("II"nM�Cy4 ! W CYi f�YP.I � � KC�T � F[Mraask M lC MIN SIRION31� 1 � r � � osA � ,�. = x t,i . . �i��.,,E_ � - � � `E� M�� r�-f-�= �_ _ � «u�M�; SUNc.�[HII�PN�1 -_'--�� — �nbisiunpE�511BGn�oE 1 hC[GIi�nN[[w�i �� ^ � N�e�NA£N s[[fON330 !o P�YtmEN� a[.FOiE11LLE ` ` �'-� �`� VV'A5N�C_a"Mln. I . ` ��.. . �� � M�K �I .. . --_ , . . - ; �� _ FnBH�[ nAou��p bELumc �$/ � ivshNPl'Ek ' � �scnianaeos» .Mix1 6ACKFIZL, EMBEOMENT, AND TEMPORARYASPNAtr .-' OPAVEMENT F7EPAlR FOR WAT�R SERVICES s rvor ro scnce nsWvi� �P.�v[ieExr xEaprrs - �oS iJ.�_15EtEc�uncKF4i IM1���� (3]PSiO-01���EM&ep��GNlFOALYA]£F[INE512�AMJfANO.seu��EP - iaEu�HnEPniauMns � nrt�n�nr,v.c . snwc��ir.a.� 1 ,nc conr, � t�e�uaSEFuI[kr� ' � � ° �� �renseninx3xoix3 � . / I � 1� r r_—_ „\ , vAx1E1 . �%�:ViMe ��MK ` / SV64RME Fnrvf] � `4N0'.S�xnEosuR4quDE Sf �En ana�w enPFlu K F • ]5' �NOfI� s[cioui3G'� W ....� . � . P�nM[n� , OriA�G'OI�NTIIE ` . I '��� n Mn�Hn[xF�� � �nFN[��GEOttnn[ ` ', `` f�eR[anoVnLOFpp�xG � lI �/ . P P � d I �SH�orto[xnFP i ��1� SpRON 3305 m �Eoox��� '_. .,��, z� � — I ix mix.in[n[��wau(�Ukxnc.{rv�� . BACf(FlLL, EM6E17MENT AND TEMPORARYqSPHALT BRCKFIL�, EMBEDMENT; ANO TEMPORARYASPHALT i �S PAVEMEN7 REFAlR FpR SANI7ARY SEWER SERVICES � PAVEMENT REPAIR FOR SRNlFARY SEWER LATERALS � L9 NOTT05G{!� 9 NOiTOSGtL- �J[ui �a) �FA�Rv�SpNnLI FnVfe�EttrR[vn�a �J:Oi iN� ifnropaaRY.tSPNP1i P.�I�E�IEnlREenin (]J ISFLFCIB�IGYtLL�uoo� ]lOitvLYM1Il+`£LECIflnGlFLLL�AC�O� � 1 VE5 irl- ��3 10.P HIEM9E➢MEN/FtlfiSt�vFR "- �Havu i�G[i: � tu-ulug�pMgEOMENiFORSf E OwNCtir REVlS10N5 � � nn�inw� � �.��e._ � �I flk.155VE511EET � l�ILS ��djY3M5 � o� � , o, , CONSTRUCTfON N07E5 � � t 1� � X � A � I{11 til�\I\11]'�\l'L, ll! '� I 1[ illll'I'Nlill114 I\ a . n...w. ILL.ini14� ."i"" �u,�nnia.<<m�i i�n�x ORT WORT W.4 ]'Elt c�Tv ar �or�T woxr� " �r�xFls � WATf�RDEPARTMLN3' - ClTY DF FRRT WpRTN � WATER ANP SANlTARY SEWER CONI'R,4CT 2020 WSM-O C7FYPROJE"C7No. iQ3419 z� PAVEMENT REPA[R OETAILS '- aE:rcr�o� hW5 I s ue' I ni1F I .:�=[ ' O��m hWSO i=20' Ocl-25 v69r � � �� � - �I .:.:. �, � �� / I �..�..m uu� 'C .:.:. L �:�:%f. :.:} �. ACCEPTABLE 9ACKFILL rvu'r To scr,�E � CONTROLLED LOW STRGNGTH MATERIAL�CLSM)BACKRLL t�fll i[� :tinLE r-� ��>r�,.:omm�uen�n•,vs:nrncniM,�.emn�w��n�o.crcviu SELECT BACKFILL rvf1T TO SCFLE nl u. ..i oiinzl5t�[c r ur.cki i�� F...... . . i �M w� .... . ,......_C�. ..,.,� �,��.�.,e � .t:: -- �d,d,_ ��:: ,....::� `�.,..,_r . f �'\ �� ' 1 \ �'% .`\ �\ � t�.. '.h.: ,\ �,,, ., n .m.,.� n ,.:,w.,m„��y�::: ,\ "s'w,,.._a.,n.. � w -i ��s, �.��,., � LIiY[1FFOFYrvORI�LYEua woix �N �swooa .._.. L�� •� . ... TRENCF4WATERSTOA 930510A006 RFVISlONS �+ � c,.�.,ti�„tw p aEass�fsHrri p , p CONSTRUCTION NOiES CEMENT STABILIZE� SANO {C55) BACKFlLL H�1 IU s�'iuE ]lW.i�l] .I.tI.En�si:.aIL13[o:AN01�:4s'�H2L'..IILL ��_� ` ➢,,i .. / .:� �'' � ,; �m,. �,.�.�."�ti L��<. {�-�����-����—��;�aii :'= ��� i �`s5� `-�t :� �;,;;o �, A � iiunvinvtvintinw 1-11kT1Yt 11TH T�' I � �, �, � u.e u.� „�..o���... �ri.,i�wi�nnn,a; �' � �� �...,�.�i i `�- n�„ r i. n. 3 , � q,,,,,,,,,,� � FOR� CITY OF fORT WOR7"H � � 'FLXAS � ' f�/Ai'I'.I2 WATERDEPAR`fMLN'C � C17Y OF FORT WOFrH _ 1 INATER AND SANlTARY SEWER C4NTRACT 2020 'NSM-D CONCRE7E ENCASEMENT FOR i1T1LITY PlPES CIFYPROJECFNo. 703479 NOT Tll 5(:/LLE � ,»�s�o.o�,n�o���+�ear,�sMENr=or.vmirrire5 ��� GENERALSTANDAR�DETAILS � 1 �� aF z� - c .um nw= -vc ar , arr — ,_. , ^___...�..J.».!_,...- . ..: ._ _ ., � ., _.. _ -�.,-..w. _� ow�wx. rtraso + s I E o�i-zs I 70 � ,�,. ax�„ � _ r� � J< ------ -. - __ ..�.._—____ ___ t0 3 �. �n 7 : m � � �, 1 S� I I ran ��rl—I � —��_�.:_ �$ �.�m.sva l � � ��'� ; � t �� �� ���._� �� � � � � ���:�. w. � ��v��_���� � � � 1-INCH STAkOARO �PLASTIC METER 941( itF �% 81-INCH METEFS� �LGA55 A� 3] 12 10-�113 � � � � E � �N �V � � �, �� 'p oucn� R � �� _li�l���pY PwiK — L4 � � ��� � � � � � � :� � � e � / � �. � �`� ��Il I � e �:I I � 9 �� f I .�. � �ishe �' ro'�s�ine¢�u �x�,°s cssw� �a,W.�.�...�w..,. ! 7 S ''r i �y�l WpTERCRRRIERPIPEIN57ALL.4TIaNIN � 'r STEELCASING �30524�0106 � vn }'Fty � e�e ...,��. o �� �..,p. � ar.�,Fco�:,v,oF:HiE�� tia_Fo-�2,�.0� OIICTILE IRON PIPE ANO STEEL PIPE GA51NG8NNNELLINERPLATEPROFRE 3]US]4�t08 �„., REVIS10N5 � 1� t �ssut s.�e, n�,�.F,. r�.. 1 0 CONSTRUCTION Na7E5 ����iv�oxs � ��\�ti��' �u' � `� c � �A11625a �q� F,w�� � 3< Irfl sii�l�lll M1vt..til.�l'IL II!�U �� L � � �iikl WiiNTF1�T\ inlii_ ❑ -` i f.L., i F I' i HiY�_J__ i Itk�ltiltL[�.M1��F-IhiIF S o � OKT WORT crry oe Fo� r���a�zz-x ; ', TEXAS r i a WATFR WA"FERDEI'AR7'MEN'I' � i CI rY OF FORT WOR rN - � WA7ER AND SFl N1TFl AY SEWER 1 GONTRACT 2020 WSh!-D 1 Cf7Y PROJECT No. 703�F79 � � WATER STAN�ARD �ETAILS �� � (1 OF 5} } � — f o=s,r,.veu nras •�,. mi.e snee� — `_' pA,�wN. h1�M150 I sL� Y. J Oci�_5 I 77 � 4 p�-. _._V__� � ` S r { 1 t `�y �XISTING HMpC PAVEM�x71iEPAiR NL`��ue�JW':�� � T AROl1N0 MpNHOLE �COkEj �30513-!]010 i �_� .,m, y. sE���, ^=� E%15T1NG CONCRETE PAVEMENT REPa�H u T APO[IN� MANH6LE (C9NEj 399513-p072 F�." rGY! � .,._._...�._�C„A:��� `.. , /��• R ne�'� � �Y.�-r. � _ . �....,d . . . :� � nN� �l �r V �� M1., �� / f� .: f,� -� ��: �: =al � '� � � p �� ,J. �1��� � MANHOLErLI�A55EM9LY. Lt���E �. � 1:;4: UNIMPROYE�SIIRFACE�FLAiTOP� �30513-�015 �. '��u�. � �� � '�;�, _ � �� � ��_ �� •,4.�r ,� � .e� �A o, �,�� � d�w .y ..�,. _. ... F v;.}�u�..ry.k,. . �. SF�n�w _ t �� fI �F,w �s A�-."�,,, .��, 1 1.... .__ 11YDflAi1GC5L16E 7339 '� ........ ._ .� . ._ .. .__�� . ,_ : -,._ ,� _ 1012R020� . _ REv1S10N5 p E usut sH_E- a��.,�� �.,w j Q � . - . , 0 CDNS7RUCTION n1pT�5 i� �~ ~���� ���25;�irt�� [� � Av�.-� n�,��,��,��.,��t:,,.,� Ttyt�n�'EI, I\ 'n'��C f[31'LL.iXlll'�1�:�.'_A�: 'I'!.\,ltilir�� ��� h�l'IiIF ORT W�RT ciTv or Fotz�r woR�-i r TEx.as WA�I"FR WATLR DEP.4RTVIEVT cirr oF FORr woRrr� WATFR AND SANlTARYSFWER CONTRACT 2020 WSM-D ClTY PROJECT NO. 1034Y9 SANITARY SEWER STAN�ARD �ETAILS (1 OF 3) nrsmv o- M1,�S �_ .�re .tinEE! ozv.vrv. 50 - Ocf._5 I 7) N X a � N( � ' � � f���.� l�.a... ..m� ( �ao�¢ / � m."I'""'w I_�'.�f� l"� ��.�.....� �� .,,�"'f \ .✓l�'l �� `nr.w � , ti �..� .,o � ��=� v sE�no� �Fw �� ��.�u.,d _.,Q r �( �, � ,, f w�^iwwrn�,r r^.`�;"'i"�'" ....�oda_ �� �� _�� Y� 1 ,���� ��9�¢m�n�w jI ( V�r-rrc*� %�� � r� �.� �� � � r..�..n, � �..,,,, � �—, } � � ��j ,�y}�. i � "��.e �v�, �������s�� d� �I �ilruriiuN�ur��ntii.�Fxn> .�[cr eu����: COµ57(UICTIONJOINTj6ETWEEk 32����3-�i12 ` E1(ISTING GN� pROP�SEQ PAVEMENT� ( l r 4 r� A°: F� i �F��` #;I}jc �F��x __..�.. �I� ��filwi:i�lx.i[ct. EXPANSIdN`CpNSTRIICTE�NJOINT '�L'�L �•L�'YJ1� (BETWEENE%ISTANOYRaPPAVEMENTj 3]131�.�5it `I I�rwRw- iuw ' 1_ ,R� � ' _ _1��,.�., i�..� ���Y� a�� � -, � ��.�-�_� p-�;.�� r- � �.... � __ _ REV1910N5 o [( E.65uk5r[ei nentxn�:.w oA 0 a � � � �+ p�p!vv..��ii nn11IIrrVV���� P0.VE� PARKWAY SEC710ry5 TCPIGAL PARKIYAY SECT�dNS �2'�3L3�•0526 caMsr�ucrron�,vor�s yf o �� u[� ����� 4 �%` [+i 11�T / u�� �.c..� �.� (1 DF 3} cs . - nias .Lt rare .+�eer � cwnmv � ISU I.sL' ' Ua_5 I 58� � � , ,yr�. � X � A�.��i �����t.,.,,�,,�.�.��,,.��,�, Fuk'flv[�xni,ia�nlii; C, cu. I kL, ix: i> �iiK-�! �_ Ic.\,��Ilct� no.�-'�7iiIH ORT i�QRT ciTv or Nox r woari 1 J I'F.XAS WAI'[�R V,'A'1'ERDEPARTMEN'I" � CITY OF FORT WOR rN - WA7ERANL7SANITARYSEWER - CONTRACT 2020 WShf-O .x ClTY PROJECT Na. f 03479 _ � PAViNG STANDARD �ETAILS � ,-._.- - . _ . � V l I � 4R'�L'm'4'W'iR �Y _ �/ ��avuaio I`. �we � m n►� EMBE�MEHT FOR RCP S70RM SEWER ALL SiZES N�T TO SC3LE in u. ii>u+u'11 �My[LM[4r rcia. ai r ytnAm snv�a ru, :'��_Cs _ ----,I�``�I =�.�..�. I•--;�'r! __� � --- � _._1 � _��:.. j �-- -F�, _..�,�I� ��-��-� ~ �-�_=�rc01 T - - i --..... �r �:_.�-_�: I i i ...�:� �`�' � ' i� � �.... �r.e^.. _`�� ti . �� ��.�:- ��i — �� �- -- �=�- — �I � � �. � �...5� -�- ..�...... L � t - =�p" � �e �, � .. � �� � �� 5YnuppROFSTPRM oRnIN INLE�I 37'4� 1p-D4p5 �swEEi�OF27 I �.^'��.�.� �-1 .�.i.. r T-� +�'� - }I" �� � -�- -i �6 i � � y� I � I .��, � �� L �.��....., ���. ow rr�..... ". , : r_- . ��a� � •�.�-�W \ � -.�I��r��� ...... �y��B�� � .. T � � h �I ." .. _y��_ .. s �':=z � �. —.tis.� � -_ _.. ��� ,i � .. �M� .,..... _ ,�� -�—�.--.— ��.� -�:� ..0 .r�' �" s, ��, 9 e+.s e in� �4 j��d.�.� �.---J — � e,u r�iw �.w. � t�.i s. �: �..i ,._ ' l�n.�l I �... � oµ�:�wi ,.� ���� dw:u.iri ��� STAN�AR�FSTORMaRPJNINLEf' PE {SHEET20F2� I �3492i1-�405 REvlS10NS ip �,��,,,. M�� � Eiss�ESH�t� , p ° _ �I4 coNsrxucnory Nares yi`•�:�:�o:s ��� � � ,�•' 110-' -lFS4 : � '`;;M�� ��u:xovs _ -� X Ca �� ������:�,���h��y,,,��oz�� � A� �,�k�,v�,nT� n,��,,. o I LL. IKI?1'i[IN-'A_ ncs.-�s wr.n. rc�,, r-rwn �QRT WOR �ITY Ol= FOR"[' WORTH � ���:��5 = W�'l�l:lt BJATER DEPAR'I'M�NT � Cl7Y OF FDRT WORTH WATEftAN� SANfTARY SEWEf7 CONTRACT 2020 WSM-D z ClTYYROJECT No. 70.7�t79 STORM 6RAIN STANDARD �ETAILS � (1 OF 1} . ��uas Is,vr I r.�re � i,err oFa��N nrnso e�o-zs 58� � 4� t`-� 3� ,'� i�_* a �= ,s�4ly �h�'N _ a:: ����i i•�`c � MONilCELLO DR OOROT�YLN � f . \Q'e ��rf ` ras�n�x� ' � .. � ,��v G��'f�' NnMrcrorvav� (� /r�Fl^���F� � �\P' � � — — — — — — JYai�',L !'� LENOX OR <Sy � o��, aAri�� rv° F"� �l' ��• �� �F' I � � � J � O � ya ' AOTOMqCAVE \ / -, \f �'fi o0 C O `�� �'A 8RISTOL RD � ixwfrvinie�ravu / � w LENOX DR � �L "C" � ` l z W � p � B^ x �' H.4MILTONAVE U O r �worenHirre��nr \ ?y� � — — — � — — - Q • C� � _ _ _ _ U �� �5 � warrrsr o Y K Z W 5TN ST a Q � wsrxsr � � y W 5TN ST � w a ti � O x W 6TH ST 0 0 ti � � w � � ti z � W 4Ty ST WL 'D" WL ,.F„ R�v1510N5 \ � ° �- r �� =�`r� E ; o � �, s.�E, .��m,��. ., _ � � °i � ������ CONSIRUCr1oIJNQTES N x GRPPHIC SULE '�'_;" LEGEND ...,.,,- — — — aaoaoseowArEau�vE PAOPOSEO SnNITAAY SE W£R LW E OINLET PflOTEC�I(iN cwusioHconr«o�oerc�n��rw�er: , r�f�.o�.M�,aWs�.��aEAE��Ns�a,�E��,s.������,��,a�.w� New cpr3s rn� mrs aaugci, ' n�.w��.u�ii.+nc��wiEnseorseoiucnr�ROMi�esiresiwuneri��weo �������ov5.5��..,��. ro�AE����,rv,aH«�aF.,�.�.,.a«,s ' Fou�seN`�:;ian`c�u� w::E�:�v;���m,."�`�i�:, s�E �eim�.t.u.�vo wchi,n. s i�crn e��'o°isiN"c�i`owah���r.uRr..u.woH.�istiW....,. _ ,.��;,�_�>, _ .__ �__'k.:.•,� w f�-:.= - G s�r, � ._.._ - �_ � � A��� �„�,��.,.��„�,,.���,,,,���� ��„�,,,.�,�„� �:.,,.,,,_ � . ,�t<<.�,�„�.��„ ,,,�. �,�� �., �.�,�,�� � FORT WORTH CITY OF PDi�T WORTH �� � Tex�s _ WATER WATI:R L71_PARTMCNT � CITY OF FORT WORTN � WATER AND SANITpRYSEWER GONTRACT 202D WSM-D ClTY PROJECT No. 703419 OVERALL EROSION CONTRpL LqY0l1T � �1 OF2) Q � c.veo nus scKE nnie r�E � nwtnN n�nsn I''=z°�' I aea''s �, I �er 65 P i� d� �� �� � y s� a f �`'��� ?c[��_ 8RISTOL 12O O ti � � � � WINGATE Sr � � aRo�c.:s�M w�oF�ras�caa� O � q _O NAMILTONAVE �oA•'�W�—B-- Or`"w�N„�� "�" 0 � O O � � � ��;orecr srna.�� � w r oH�r�iHirr � ti � �f �P�ECI: �Shwni W WL ����r �s4 —�� CH.�lNINL5T WN ---, warrrsr ---„s.�,� —�----- O z ���v,.�E� rrr����.���' = wLEr � enp FG � nni � lF���aw � OO �N � f�Ri E � Fq WL "62" __ WL "E-2" O W 5TH ST � �p �°- o : � - _ _ - oHnrx��Er �� ti wr u� �� vFarrcrasrar.i crmw rmEr yL rnuu�w�Fr � W 6TH ST h q O � a O 2 F� y W 4 a V W 7TN ST �4� c�qq`'F ti y � 7 U MERRIMAC Si - ���Nuei l_ c,� F- h x U O REV1510NS _�� ' 4 �ovsxeer .' _.. - I m � a.�,,,.,:.w' .. ^ �� � � � CONSTRCIG7lONNOTES � X GRFlPwC SGALttE -���� LEGEND ... ,.-. — — — vaavaseownrErsune FfiOPasEo snMlakv 5EWER�INE OWLEiPNOTECTI9N ! ���Rw�wn�iV4.�WE�f�FFsEau�FmErtWns[.�fe�NII,L¢E¢onwG , �w,� wu.oE cn�w��+vr-iEo�o�wn�ii� �i:wNut�>��e�Pi�o,ow�e., Ek�x��a'��'rz„�ns;'�°c°Hu°w�s��wes u _ .,la�, �., - .�� , � ' �A •� G r �. A��..-�: ��„s�,�.���,��s�,��,��,�, ��,����,�.����,�, ,,,,.,,�= � ILL iXl�i���Y-,i„ i i_� }5 i<i ��. Hi. 1�.1'�II� - FoR� WoRTx C]TY OF FOR'f WpRTI t � � TEa.AS � WAl'ER N'ATL-R L7t:PARTMChfT �' CITY OF FQRT WORTM INATER ANp 5AN17ARY SEINER � COMI7ACT 2D20 WSM-� a C1TY PRDJECT No f03419 aVERA�i. EROSION CONTRDL LFlYDU7 = {2 OF 2) � � amixwNFf� M45D I Su�t oU � R� I .sv�F� - � Gkl-?5 b5 SI�iIfNC[ `� �SEF �ein�CiryiSSHfrll \ \ 1 �, 0 0 0 o L F� ��OLx . � . � s�nvutc�[ � z r � p ' " - ' _ r7� 2�`,� o e PLAN ViEW PHASE P. ALTERNATC 1 �CUR8INLETPROTECTfON ds � ren r m so�ie �seroEreii��i��ssn.eq� p�" � �.� ..C� ..d� .. � . � J swi �vnrEo . �� � ' � ����°',o,�nMo„,�M- - , � t , , - o n � . , � ° �s�°���° II� ! ] �._ R i � — _ ., � `. u ,� PLAN VIflW - PNASE 1, ALTERNA7'E2 PHASE2, ALTERNATE2 -Y Oa CURB fNLET PROTECTlON � CURB lNLE�T PROTEC7YQN (STAGE 7W0) � �: NOTTUSCnt= tl6 NOTTOSCl�LE ���;;; F�ri � CMV ALOCY � �.�.� _ � / _ / % w� / iii,n / i � i i � Ht�a � ��N� PLAN VIEW GaG.ii�o PHASE 2, ALTERNATE 1 OCURB INLErPROTECTfON tlti NpIT05l.'�LE � INIFi I • REV1SlONS Q E'::SHEFt "F��N�^�....v - 10�:1.�1of . 4 N _ � N . C] cousr�ucnarvrrares � X ��.,�„ = ��� � w—� c, ,µ� .� �,�',:�;��� _ � l�i,,�� �,����������;,,�F,,,:,,�t�2„� '1 4��lIV I �4��X1'il, iti ynlll' a i.. .. 'i'I'I.i I .IH _A- � 'I'I'.\.l4 N1-[i. IJ�iI'�-I"InIF 1 5 ORT WORT �'�ry or roar woaTi� �; TL':(AS - 1'JA'I'L;R W:�'TEItll�PARTMEN7' � C17Y OF FOR r WORTN WATEF2 AND 5FlN17ARY SEINER CDNTRaCT 2020 1NSh?-D � crrr�Ro.r�crNo. ro3ars _ EROSI�N CaNTROL I]E7AIL5 � �- L. � o�r.^sc�ae.,� nrnso I sour. I n,re:a��-es ? I 58Gr _ � n Nore_ PHASE 2, AL TE'FNFITE 3 Os CURS fNLE'T PR07ECT10N ro rvarroscue CPN 1D3419 ADDENDUM N0.4 Water and Sanitary 5ewer Replacements Contra�t ZOZO, W5M-D ATfACHMENT A This dacument is pro�ided as supplemen� to the Water and 5anitary 5ewer Rep(acemen#s Contract 2020, WSM-D Cpntract Documents. B�low are respanses to questions for clarifications that may require additional information and/or are not addressed directly within the contract documents: Q1-9: ltems 309 and 370, respecfiv�ly ca!! for FuI1 Depth Removal and Ful1 Depfh Reconstruction. The quantify closely matches the area shawn on sheet 68, but there are no defarls nor explanation as to whaf these items consrst of, nor is there a paving ifem thaf mafches. Please explain. R'!-1: The re�ised Plan Sheets cali for the concrete hase sec#ion #o be removed, renlaced with Flex Base then to be Pulverized and O�erlaid issued b� Addendum No. 4. Q1-Z.• In section 1 there rs a tata! af 8940 sy of 6" flex.base. !n Section 2, there is a tota! af fi037 sys. !n Section 3, there is a fotal of 1075 sys. What are these items for? 1 see nofl�ing thaf maiches these quantities, nor is there any detail that shows thrs. Please clarify. R1-2: Refer to the revised Bid Proposal and revised Plan Sheeks 66-68 far adciitinnal details and updated quantities issued bv Addendum No. 4. Q9-3: There are 27, 8Q0 sys of 3" milling, whrch matches fhe paving layaut on sheets 66-67, yet no asphalt quantrty to match fhis. R1-3: This bid Item has been remo�ed. Refer to the revised Bid Praposal issued b� Addendum No. 4. Q9-4: Please explairr the 5tabilizafran quantities. There are a combined 28925 SY of pulverization and the same for 3° asphalt in sections 9 and 2, The cement quantity mafches tor' those square yards. Where is all of it. The paving layouf an sheets 68-68 only show approxrmafely 3850 sy of pulverization. Even though a 9000 yards shor�, if roughly coincrdes with th� pulveriration quantity in section 3. The pavrng in sectron 3 matches this pulverrzation. R1-4: Please se� updated quantifies and revised sheets issued b� Addendum f�o. 4. Q1-5.• There rs not enough time in the contract, the utilities are well over the 500 days Jrsfed rn the agreement. Could you change the contracf time fo 720 Calendar Days? R'I-5: The contract duration has b�en revised to 620 ca�endar days as reflected in the updated Bid Form. Q7-6: ihe temporary asphalt quantify in fhe water sectron is short; if Iooks like the services weren't included. The quantity should be around 16, &00 LF R1-6: The revised Bid Propasal and Plan Sheets include asphalt surtace repair for water services installation issued by Adclendum No. 4. Q9-7: Please make sure there are bid ifems or thaf there is allowance fo cover surface repair arrd unknov�n rtems in backyards. There are notes in the plans sfating fhat fhe surface repair is subsrdiary but that is not fypical, the city typically pays for al! surface reparrs. There is no way for us fo know or quantrfy whaf rs going to be encounfered on thase servrces wifhocrt walking every orre of them, though we have tried... Most of the residents are nof home during the day. R1-7: �he Re�ised Bid Proposal includes items for surtace renair within the back anc! side vards issued bv Addendum No. 4 Q 9-8: We need brd items for removing and replacirrg RCP. There are multiple places fhat we cross deep under 24" and 36" storm drarns and will most likely need to remove a jornt ar fwo and replace ihem due to fhe angles and depth fhat we crass them. A-1 1of2 CPN 1Q3419 ADDEN�IiM EVO. 4 Water and 5anitary Sewer Re�alacements Contract 2020, WSM-D ATTACHMEEVT A R1-8: The ravised Bid Proposal incluc�es pav items for RCP iss►�ed hv Addendum No. 4., Q 1-9: !s bid item 3 in unit 2 far the 20 LF of 15" ducfrle rran sewer shown an sheet 94 in the plans? The bid item says " 95" sewer pipe with css backfi!! 6ut the plans ca!! for clsm backfill. The rfem should specrfy the type of pipe. We will also need fwa manholes for that lrne, one at each connection point.... Sorry, PVC sewer, nat ductile iran. The existing sewer line is concrete pipe and we can't tie pvc info concrete which is why we71 need the two manholes. R1-9: �annections may E�e achieved usinq Fernco Flexible Coupfinqs or an appraved equal• Q1-90.� We nead a bid item for 8" waterline lowerings- not shown on plans R7-70: Please see the revised proposal form issued bv Addendurn No. 4. A-1 2 af 2 ��RT [�RTH« ������ - d�1 � ` . � } ADDENpUM TO INVITATION TO BI[3 NO, 25-02�1 WATER AND SA�IITARY S�WER RE�LACEMENT CON7FiACT 2020, W5M-D WATER DEPAR7MENT ADDE,NDUM N0. 5 �ATE ISSUED: October 20, 2025 INVITATlON TQ 81g (ITB): 25-0241 BI� OPENING pA7E: Octol�er 23, 2D25 ITB No. 25-00241, issued August 27, 2025, is hereby amended as follows: 1. Responses to questians are attached to this addendu�n as Aitachment A. 2. SPECEFICAT10�1S: Replace the followinq: � Replac� Sheet � QO �42 �t3 Proposal Form 1. CONS�RUTIO�I PLANS: Replace ihe followinq: � Replace Sheet � 5heet 66 - Rev. No. 1 � 5heet 67 - Rev. No. 1 � Sheet 68 - Rev. No. 1 2. Alf other terms a�d, conditions remain unchanged. �`'�i.:� '_�ls� ,��� 9t: �_?r� �7_ ;- Witf� 5heet 00 42 �33 Proposal �orm With Sheet Sheet 66 - Rev. No. 2 Sheet 67 - Rev. Na. 2 Sheet 68 - Rev. Na. 2 1 � 7ony Si�olola, P.E. ASSISTANT DIRECTOR, WATER DEPAR7MENT ■ � � � w � � � � � � 1 { � � � � l � � � � � � � 1 � � � � � � l � � � • • � � � � i � � [ � 11 � � � f 1 � � ! l f ! � � E � � � � � � � � 1 � � � � � ■ By the signature affixed below, Addendum No. 5 is�hereby incorporated inta and made part of the abave referenced In�itation ia Bid. COMPANY NAME: �)oo �_or��ivctir�rs. ��L. r- �--�"'� 5lGNATURE: ��-'' NOTE: Cor� na e signat re�iu the same as on the original bid docurnents. Faifure io retum this form with r seal d' � ay constitute grounds for rejecfio� of yo�r offer. � � fTB 25-D241 WATER AN� SANITARY SEWER REPLACEMENT CONTRACT 2a2D, WSM-D Add�ndum No. 5, Page 1 of 1 UMIT PRICE BID ! lo�ll�.� f���,i Y�� � � 1 � 2 � 3 � 4 I 5 � fi � 7 I B � 9 I �a � 17 I 12 � 73 � 14 � 15 I 16 � 17 � 18 � 19 I 20 � 2� � � � 23 I 24 � 25 � 2fi I z� I 26 � 30 � 31 � 32 � 33 � 34 � 35 � 36 I a� � 38 � 79 � 40 � 41 � 42 I a3 I 4A I 45 I as � 47 � 48 � 49 I 50 � Sf � 52 � 53 � 54 � 55 I 56 57 � sa � 59 � 60 i 61 I 62 I 63 64 65 I �6 I 67 I sa I 69 3 I 70 9 I 71 9 I � SEC71bN oo a2 4a PROPOSALFORM 3311,U261 8" PVG Waler Pipe 771 La251 8" �IP Waler 331 i,Qi61 6" PVC Waler Pipe 3312.7002 6" Gale Valve 3312.7003 B" Gale Vame 024f_1362 Remove anU SaWage &" Water Value 0241.1303 Remove and SaNape 8" Wa�er Val�e 3365.0111 Valve Box Adjuslment wf Concrete Collar {5U150) 33t 1.00U1 �uctile Iran Waier Fitlings wf Restrain� 3312.2�a3 1^ Waler Service v�lh Sudace Aesiora@on 3312.2901 1" Wa�er Service. Meter Reconnection �3i2200k 1" pmaie Water Service vnlh Sudace Res[aralion �3i2-2101 1 1 r1" Waler Senice, Meler Recanneclion 3312 2403 1 � R" W atar Servfce vnlh Surtace ftes[ora�ioio �3122201 2" Water 5ervfce, Me�er Reconneclion �312.2203 2" WaEer Servica wilh S�rface Resto�atian 3304,0101 Tempora{'( WaterServices 0241,1512 Salvagel"WaterMeter 0241.1513 Salvage 1 12" Wa�e� Meieo 0241,1514 $31Y3�d2"WaiBfMelei 024t,9116 4"-i2" Pressure Plug 3312.00Oi Fire Hydrant 0241.1510 Salvape Fire Hy�rani 33t2.a117 ConneClion Io Exisli� 4"-12" Waler Main 3305.01Q3 Exploralory Excavahan ai EN1511ng Uli6�e5 3201.040tl Te� J�' Asphal[ Paving Repairl2" MMAC on 6" Flex6ese) 3201_0114 7' Wide permanenl Asnhalt Pvm[ Repair, Residenlial 3201.0614 Gonc PumE Repair, ResidenHal 7201.0676 Conc Wm[ Repair, AherialAntluslriaf 3305.40�3 8" Waterline Lower{ng 0241.1000 Remove Concre�e Pavement �5Q150} 32130102 7" Conc Puml 3213,�301 4" Conc Sidevralk, Adjacen� lo Cu�b (5af50) 3215.0707 4" Conc Sldewalk {50l50) 0241_0100 Remave Sidewalk (5p150) 3273_o4oQ 6" Concrele Orive�vay150l50) 020.1.04�f Remove GencreEe �rive (SDl50) 32f6.01fli 6"ConcCur6andGuflerl5Ql50) 0241.13U0 Remove Canc CurB&Gulier {50150� 0243.14Q0 Remave Conc Valley Gufter (50l50p 3216.020i 7" Conc Valley Gutter, Res�denlia! (50150) 3277 6} �z s' Flezible Base. Typa A, GR-1 (50756] Q241.1700 11"Pauement Pulvenzation (50f50� 7272.0303 9" Asphall Pvm[ Trpe O(5015U} 7211.460a CemenE Slahihza[wn f� 261Bsfsy (50150} 7217,01 W 6" 5L� Paml Markiqp �iAS (Y) (5015fl� 0241,i800 Remove 5q ed Cushlan (So150) 3212 Ofi01 SPeed Cushion - TL Slandard (50150) 3217,O5�q Pre�ormed Thermopiaslic Contrasl Markings -24' S[op 6ars [501 32.11,0601 9-Inch CEMLIMETM 5[ahilization @ 32LGslSY S50I50) 32fl5,0201 Permanent Asphalt Pvmt RePair Beyand �efined Wdih, Residen D17f.o101 Gonstmc[ion Staking �1Natery 0171_01{12 As-Buil15urvey �241_1001 WaterLineGwuiing 0247.16U2 Remove Concrete Water Vault 334s.5on5 Remoue and Reolace Inle[ Too, 5' (50f501 3125.4101 5WPPP e 1 acre (50f56} 3705.0109 Trench SaFe�/ 3305_0202 Impatle� �nl�admanll9ack511, C55 3�05.0203 Imporled Emhedmenfl8ackfill, CLSM 3305.Q206 lmporled Emhedmentl8ackiill, Accepta6lc Backfill ]]a5.1003 �0" Casino B� Ooen Cin 3471.d001 Tra�c Conlrol 3110.Q102 6"-12"TreeRemoval 371fl.a3a3 72"-t8"TreeRemoval 32920100 Block Sod Placemenl I50l501 3291.0100 Toosoif (50f501 217.Sa01 Cur�AtlUressPainfinq 1591505 999_9999 Waler Conslruc[ion Allowartce 999.00�� Mfscellaneous Irnoadon Adiuslmentl50f501 � � 1 3331.1102 6" to 9" Pipe Enlaf�Pment � 2 3331,0102 6" Sewer P�ipe. Point Repafr i 3 �331.4ll5 8"PVCSewerAipe I 4 3331,4719 8" OIP Sewer Pipe Wth 4�i Pro[eclo Caalinq 5 3331 A201 10" PVC Sewer PIAe � 6 3331 A205 10" �IP Sewer W�lh 403 Protecta Coafing � 7 3337,4229 16" �IP Sewef mth 401 PfoteC[o Coatlnp � 8 333f.4305 20" �IP Sewer With 401 Protec[o Caating U�Y�7 I -1Va1cr 33 11 12 33 11 7 2 7� 11 10 33 12 20 33 12 2� 02411A 02 41 14 as os ai 33 11 11 33 12 10 33121Q 33 f21a 33 f210 33 12 10 33 12 10 3312 i0 37 04 30 02 41 14 62 41 14 az ai ia 02 41 14 37 12 4a 02 4i 14 33 12 25 33 05 3� 320f 78 az oi i7 32 9i 24 32 01 29 33 05 12 02 41 15 32f713 32 f 7 20 321320 �2 41 13 321320 4247 F] 321613 ❑2 41 15 02 41 14 32 16 02 32 11 01 02 41 I S 32 1216 32 11 33 32 17 01 02 4t 18 32 i2 �a 50� 72 i4 OS 32 11 O6 Oal 326117 01 7i 29 �i 71 23 OZ 41 14 92 41 14 37 49 50 31 25 QO 33 O5 10 73 O5 f 0 \37 OS 10 33 OS 10 33 O5 22 74 71 13 31 19 0a 31 10 00 32 92 13 32 91 19 32 17 25 9999_9994 9999.0�93 IfNIT 2 -$nnllur--$encr 3� 31 23 73 31 22. 33 3i 23 33 11 f 0, 33 31 12, 7] 31 20 3311 f0 73 11 1 Q 33 31 7 2. 73 31 20 33711� 33 11 � U 33111a Biclder's Application ��JJ�i, Pnp:�;;;1 linii i�l [I�J 1!n�i I•n.e 1��.1 �'.ili�� \t.an�rsr 11[i,� LF 11.968 LF 475 LF 483 EA 37 EA q2 EA 20 � 6 EA 55 ro� � 3 EA 2fi0 EA 2sn �� 153 EA �9 EA � 19 EA I 11 EA I 11 LS 1 � EA 281 Eq �g EA 11 �� 50 EA 36 EA 1p �A 18 EA 7 LF 1s.26U LF 104 SY 173 SY �q EA �� SY B_�26 SY 3p SF 35 SF 5� SF 85 SF 2,594 SF 2594 LF 856 LF 850 SY I 114 SY I 1�4 SY 7,990 SY 19,96s SY 19,965 TN 213 L� 5a EA 2 EA 2 LF 7 � 58 SY 104 LS 11 LS 11 CY 511 EA � i EA 2 LS 1 LF 609 CY 104 CY 225 CY 1�d LF 4a MO 8 EA 1 EA 1 57 I 187 CY �� EA 13 LS 1 5156.OWAQ �s I s2s.000 00 Suli-Talnl UY]"I' I -tYxicr LF 1Ag1 LF 10a LF iD21 LF 276 LF 494 LF 1921 LF 2921 LF 2201 � I � � � � � � � � � � � � � � J � I I I I 5150 f]O�.Oa I 525.000.09I Sl i_i.111111.I1W ��I ! � ei.w�n�naenssmrrnnxses.�o-:r.�n����ix�..i�nu�.�:r� tu�„���as,.b�. n�ea�i,o�c.��, x�,�reuu�o,� �.s��:•�- cnsmin� SEC710N DO 4247 PROPOSqLF4RM UNIT PRlCE BID 1ii31i,� I�.�i�� v.� 4 14 1t 12 17 F4 15 ifi 37 ie 19 20 21 22 23 24 25 2fi 27 29 29 30 31 32 33 34 35 36 37 38 39 4U 41 � 3331.4276 15' Sewer Pipe, C�sM 8ackfill 0330.DU�i Conciete Encase sewer Pine 33Q5.1UO3 20" Casrn9 8y Open Gui 33�9_100i a'Manhofo 333s_1o03 4' Exlra �gp)h Manhole 3339,1004 4'Shallow(Nanhole 3739,1002 4'6ropManhole 3339.i104 5'ShallowManhole 3305,0112 Concre[eCoUarforManhole 3334Da01 EpoxyManhoieLEner 9998_999t Connecp ta EKisling SSh1H 3305 �103 Explaralory Exravalion of Eaislinq Ulilities 330LQ�U� Pre-CCNlnspeciian 3391.0002 PosFCCN Inspectian 330i.0101 Manhnle Vacuum 7es[ing 3303.Od01 Bypass Pumping 330i6109 French 5a(ery 02472201 Remave4'SewerManhole 0241.50o1 Abartdon Manhole 0241,2�01 SanftaryLfrteGrouling 02A12102 6"SewerRbandonmentPlug 0241.2116 21" Sewer A6andonmenl Plun 3331.3145 4" Private Sewer Service vilh 2-Way Cleanouts 333t.3161 4" Sewer Service vnlh 2-Way CleanoWs 3351.31�7 4" 6oren Sewer Service v.ii`n 2-Way Cleanauts 33313Zo3 6" SewerServire wi�h 2�Way Cleanouts 3331.1201 Servfce Refns[alemeut, Pipe Enla�ement wf 2-way Cleanou[ 3305.Oi76 ConcrefeEncasemenl(orU[ilklyPipes 3�05.0202 Impotletl Em6edmenvBackfU, C55 Q171,0101 Consfruclion Stakinn (Sewer) a17LQ302 As-Buil� Survey (seweq 33a5,Q107 Manhole Ad}uslmenl. minor w! Concre[e Collar {5dl50) 3201.0112 5 Wfde Persnaneni Pvml Repair, Residenliai ItiE�.�li�a�i.�o� �.iii� n i+.i� �73 11 10. 33 31 12, 33 31 20 103 39 00 73 95 22 33 3410, d3 39 20 33 19 10, 33 39 20 33 �9 10, ]3 3s 20 33 39 1 �, 33 39 20 33 39 10, 33 39 20 33 OS 17 33 �966 4999.9499 3] OS 90 �7 01 31 �33 Ol 31 17a 01 70 173 03 10 33 05 i ❑ 024f 14 02 41 14 02 41 14 02 4 3 14 02 A1 14 37 31 50 33 31 50 33 31 5a 3] 31 50 � 73 31 23 �39 OS 10 1�3 05 10 �01 71 23 01 7f 23 J36501 32 01 17 linil „i Mravuic LF CY LF EA VF ER EA EA EA VF EA EA LF LF EA LS LF ER EA CY EA EA LF EA EA EA EA CY CY l,S LS FA. LF Bidder's Application EIiJ �!iuu�i�i� 24 38 20 21 27 � 2 7 2�J 70 2 i 3 319 3,978 29 1 2 fia6 9 2 2f a 2 1.13fi i8 1 9 44 izo 309 1 1 8 257 H�J� I�r. I'r.q„�.,.� I Il���� k'��.c 11�iJ i'.ilu� � � n � � i � s3',nuuon��'n�`:mi�rm.y srrr�e� � no: irri ��u�ss is,��,� svd�.,� s.,,Q z����a��mm ��,.n..0 �n,�� us<<.0 a n ��e•� i�,�i� secnoN oa aa aa PROPOSALFORM UNIT PRICE BID IIWii�l Gcii� � 42 � 43 � 44 � 45 � 4fi � 47 � 48 I 49 so 1 51 I 52 I ss I 54 I 1 z 3 4 5 0 7 8 4 16 11 72 13 1A 15 t6 i7 ie 19 2a 21 22 23 20. 25 2& 27 26 ���=���m� 3201 o4oa Tempora�'( Asphall PaviqQ Repalr t2" HMAC on 6" Flex6ase} 3201,0201 Permanenl Asphalt Pvmt Repair Beyond �efnetl Wi@lh. Residentia3 32Q1,083A Conc Wm[Repair, Resitlenliaf 3201.Ofi16 Conc Pvml Repaii, Anenalllndustnal 0241.a606 RemavelRe�lace Wall <4' 3232.Oia6 Gane Rel Wall Adjacenl�a �nve ppnro�ch 024t0500 Remove Fence 323f 0412 s'Fences. Woad 3292 010a Block Sod PEacen3en! 919�4 9993 c� p and Reinstall Pavers 3471 bb�1 �af�c ConEro€ 9999.9942 Landscaoina Repair 9499.9989 Sanikary Sewer Conslmclion Allowance uurr � a241,170U 1i"PavementPulvenzatian�5tll5p] 3zi�,asoo ceme�,cs�ae�uzaror,�% zsiesisvesorso� 3211.Ofi00 8-Inch CEMLIME'"' Stabifi[al�on � 32LhslSY {50150) 0247,160� ButlMillinq 3217,0�02 6" SE� Fvmt Marking HAS {Y} (50l50) 32.17A504 Preformed Thermoplaslic ConlEasl Markings - 24" Slop Ba�s (5�l5q} 3212.03a3 3" Asphall P�mt Type �(50l50) 3305.� 107 Manhafe Ad luslment, mi nor w1 Concre�e Goliar {50l501 33a5.0111 Valve Box Ad�uslment w! Concre�e Calfar (50l50) 0241.1 �QO Remove Concre[e Pavemenl [50150) 0241.1800 Remove Speed Cushfon (59I50) 3212.a6fl1 Sneed Gushion -TL 5[andard (50l5a) 9247.1390 RemoveConcCurh&Guflcr{50f50� 3216.01di 6"ConcCurl�antlGu�ter(SQl501 4241.04a1 Remove Concrele �rive (50156� 32i3.0400 6" Cancrele 6riveway rso�so1� 3213 0307 4" Ganc Sidewalk. Ad-larenllo Curh I50f507 3213.0701 4" Conc Sidewalk 150)5a1 0241,6100 Remove Sidewalk f5015n1 024i.'E40o Remove Conc Vallev Gutter J501501 321fi.0201 7" Conc Val1ey Gulfe6 Resi� ntia3150f5Q1 32920100 Bfock Sod PfacemeN f5m501 32Bt�3a� ToqsoFl (56fW1 3217.5001 Cwh Address Paintinp ISO750Y 32.11 0112 6" fi" Fleeihle Base Y qe A. GR-1 l50154) 3349.5a�5 Remove and Reolace�nle[ Too. S�fSUl5Ui 9999.0002 Paviaq Gonslruclion Allowance 9999.0��9 Miscellaneous lmaa�fon AdiuslmenE f5IN501 �,..:� �,. �,� ,� �:��� .�, � ]2 01 16 3201 I7 32 01 29 32 Q1 29 a2 41 13 a2 4 3 13 02 41 OS 02 41 OS 33 92 17 9499.9999 34 77 t3 9999_8999 9999 4999 Pu�inG 02 47 15 32 11 33 32 11 33 �24115 32 17 a1 32 74 OS 32 12 1 fi 33 US 01 33Q501 02 4 3 15 02 41 78 32 12 16 02 41 15 32 16 13 02 41 13 32i320 32 13 20 32 13 20 62 41 13 a2 4t 14 �2 ifi 02 32 92 i 3 �2 91 I9 721725 32 11 01 33 49 5� 9999.0002 9999 006� Bidder's Application � ���,<<.� �,� �,�,��.�«. ��.:�.u,� _, 3�,<<, LF 2.1qS SY 100 SY 14 SY 20 LF ]9 LF 13 LF 10 LF 10 sr �td SY 90 MO 4 �s f �s ooa_oo �s i s�s_aoa.00 $IIII-����1:31 �:�Il�l 2-5nnil�n S���cr SY TN TN LF LF LF SY EA EA SY FA EA LF LF SF SF SF SF SF SY SY SY CY EA SY EA LS LS rs sss 272 57 1.190 50 fi 19_4fi5 7 54 BA26 1 I 855 855 2 594 2.594 62 34 es 113 N4 ie� 31 13 7.990 2 i siv0000ao 1 525,000,60 S�li-Tu.�d I�YIT 3- P�.n ine E,��.��. � I � I � 1 1 1 I � 1 $5.000.06� STS.QOO.OaJ SNO.fIUU.00f � 1 1 1 i 1 I I I I � 1 stoo.00-o.oa� szs uoo oo� SiT9.unll.lul� �'lll �'.1'I'��HI �l'�iNlli -.StibNt➢1'[�,�;�PLCIII�`:SP�����]Llil���,lr'�.'t\If�.�lv' n NS I hv l Rf.i�eJ93��Y�'_I .un> > . wn�� m�ni.n�.nen -f*�11„I� . I•� U�1lT PRICE B!D I IEl'i�13i.i G.�in I].�.�.r�i�ni��n ;���. Ii 3349_5�Oi 5'Cufbinlet � 2 3349.5001 10'Curbinle� i 7 3349.5007 15'Cu�6lnlrt � 3 D2d7_dao5 Remove5'Curbintel f 5 624L49U1 Remave7Q'Cwhlnlet I 6 0241.d002 Remave 15' Curo Inlel � 7 33A1.0103 Repair 18" RCP, Class IIE � 8 7341.02�t Repair 2A" RCp, Clazs III � g 3341,03Q9 Repair 36" RCP. Class III I 1Q 334t 04a2 Reuair 42" RCP. Class lil � 71 3341.a409 Rpip,air 48" RCP, Class III � 12 3345.0103 ExWoratary Excavalion af Ex15l�ng UliliGes I 13 3713A�01 4'�Conc Sldewalk � 14 �273.05a6 6arrier Free Ramn. TYue P-1 15 0247,030U Remove A�A Ramp I ifi 3441,411Q RelnstallTraffcSlp,n I 17 3441Ai�8 RemoveTraffic5rqn � 18 9999_9999 Storm �rain Consimclion Allowance � � e�d s��„����., IUnil 7 - WaEer jUnit2-Sanllary SeWe! � Unit 3 � Paving � Umt 4 -S[orm �rain I SECTIDN 00 -02 43 PftOPOSAL FORti� IS��ali��li��iitiu�ii�nl�n UNIT A -S�orm �rain 73 49 20 73 49 2a ]3 43 20 �2di 14 I a2 41 14 0� 49 1d 33 41 7Q 33A110 3341 t0 33 di 1❑ 33 41 10 33 OS 3a 32 1 � 20 32 13 2r] �9g9999 I9s 88 99 99 99 49 99 99 89 Sidder's Application �ff�uii�f I 13iJ I f�nii I'��.i tii.":�E.� 4��i.ini�it I IEA 2 EA 2 � EA 2 EA 2 EA 2 EA 2� � �F aa LF d0 � LF 8 LF 8 LF 16� EA il� SF SB I EA 1 EA 1 EA �� EA 1 I LS 1 525.000.00 Su6-Tn�al UNff J-5tnnn Dr.�En ���.,,�,�. �-�.,,�.,u„ IRiJ 1+.�iui� � � � I 1 � � � � 1 � � szs,000.001{ 52�.UIlII.Ilrl I _� 5175.000.00� 580.004.00I 5725.000.�a1 525.006.00� $405.060.00' I I T��i.�i eiJ s7.t:-n��n� nci�nii��rnnti mec�e_a��,,c ix rz,��is iuin v.� o�r��y, .r�.R na„n�io,���„e,��v„ _n:u u ss�-n �,�,�.a��n nn crs ini.ri - � hlONTICELLOOR - _ - �e . . . . . ' ' ' . .. �_ - � ° ,�� . ���at���N . - _ . y . �� �r1, ..�.- ' � _ . . .. ..._ . � f �.,. � a�oTNy LN ,/ , �� , . l�� '�� ! . .HAhIfL7ON.,'iVE -" `.."• - - �a-�. , ,: T — - � / � . .i - . . �. . � '-_ �_ .. . ... . py : /� '����` �"co 1 � ._ h�.a `� \ r�� � � _. . _ -- ao�� �� �.,,:n �. �� , �a�,.a�,,,,U. � � 1,V ,„ . `� ��� a � ' , . ' . ' , 'Yo ronrac,a,ve , . . . . ,11I � - � , � . . . . _ _ ��*o¢ [ A� `roh , . � p� �C4�31ON5 � �-J6I e %F`.. L ,._...., ! _ / CONSle7uc��ONNOIES L��] x � �:� _� F ��r _ _. �, I LL(i�Vp ' o �-1,E,Hs _ Q� ���i , ��w� � � , j p0�,� ... . t. V - .�94� .. .. � .. �4Cq4�n R . `�` v_� .,a: '1 _. _ _ _' - ./- � ���" 'S, . .. _ � �\� r��e \ , , , � , • � ._..... . . . ... t _ h. _ '" _ . , tr�yOxaR ... 1 T����� \\\� -�� . . ?`� ' . y,. � . . ��r- . l �.\ - Az I+.. , ._ � - ..� ��" . �r /� ��..r,�A .,,t�...t���t���,� I . /'1,'� .��.,"-�i<<,.n �i, «�._..��,...,�����, - FOR� TWO$TI� crry oF Fok'r wn��'i i=' - �r■��— �I'L}L�S - _ SVATER WATER �LPART�IkI\7 � CIT7'OFFbRTLVpRTH -' WhTER,VNp SANlTilRY SE4YER GONTR4Cr2R20VJ3Af�D - CITYPROJECTNo.103J19 - PAVING IMPRpVEMEfM75 (i OFBJ y,�... Ma � I�....�, I� a�.s I m . . rovamsr . � _-. lVSTJ-I'$7, ` ' �' .,_� _ Hau�ircrrave - - �}�� �.��,.,� �„M1�, 1 _ .. \ . . . . . . ........... . , II _ wuxs7 � �-__._ I � � - . : T�r�-' , — il=��..t.__� _ — _ -.. - _ U ` I� tll . . � i . ._. f_ W _ , ` ; i, z- r —��-�: �� �y�—r �r7N5l�- -� - - : � ; - - : —r_; . � Q. � ,.. , .. ,.. � �. , , , ;,,. o - w � u .2M1w i 3 = ` j �' � s.. _:,::,,� ���..,.. :'-`._, ,. ��'07`- � Wa7F157 �_ _ . ats:' I � I rN2 .�. Y_ . . l.}�� . . , . -a.�/7`. • . .. 1f , , .:. �,o,_., ,,., � xnMluor�ave . � �.�� `r �c�r..a .._,,,�.�,o� .. � .. - _. _�:.-� ..HkM1IlI,TONAVE — — _' — — _ y • r+.� � F _wc� . �... �rs uc� anv.ur t, n.. v.�ry. 9C�9� .. -.. . Z 1 T urx5r , ^� . - .� .-�., , r , _ � _ —� ��- . �°�' c . . � � . . .... - ' . - -�� � ' _ � a � � Qn,xnrnmwn.As�.�wc.u.�i... w.i ' �y ' _ w. . . . _ . . . .. . _ . .. . .. . - G q Q 2 g � . p� m V .�L �� .. - _— ' _ W 5TH Si � � � � i�..,,. �:� _ `� r� .. '�� � �.,- � W S _ _ � � REv,•SlO�Y5 J _ j �� . _ �� cex5-avcfro•vNores ry � % LEG�V❑ n � .� ���.��..�,��.,.�,... � ; , �—���� _ �y� � _ .�� �, ORT WORTH ��ry ur eonr woR-ri €� rEx.�s - tc:irra wa'rFenEr.axntevr � C17Y OF FpRT WORTH W,i TE.7 iiIJD 54M�T iFY SEY���R CONTIt�{Ci2�:0 WSAl�O C�T1'PROlECTNo i0?1f9 PAVlNG �MPROVEFAENFS - (2 OF 3) ` m...�. x� I i r.� I�.� � I ' � � � i a � ;a9� 5�A{; :=.� Ci•�_ ��§3 _. _: � ... .._....— -' , . , . '- _... : -. � .. . . . � �. ... ` I' � �r� .. _ r f I � ,: . - : r ' . 'r _ _ ' . - ... . . . -.. �. . - � y . ' � . _. ... .:.:_ . � i_-� - �j „� � � ---- _ _ �, _ � — s - -. _: ; , �_ � _ _ _� �, � �, , _ m _ � ti _ _ . . _- , ; � . � y � . 3 .', "'._._ _ , . � -:���-. - _.� -.�� �' ..;..— . .. � � _ . F ._ �...-, �_.." �� MERf7Y�AAC ST ...... _. ,�.:. ,...... —_ —_.. W I � . .. , , .—_�::� __—_ _ . . . i s I m F � I. . - �::" ( ... - .. T„ r�.�o-�. ,,. ' I " � �, , f yl / u ., " , . .�, r, _ :.z.. ., , ., � - .a-, -I �..0 , . .. , � ._: -.:� .. _�.��1� ._... .. _ . -i. .n�,R. r- ' — . —� -� _ . -- , � � _ . . . . 1 � ,.� . _ . „ ._�-.' -: . : �—.—_.� . - � � .. . � . „_, ,z..E,2F�, ws-riisr' . -�� � � -- .... _ . ', . . .... a. � , ' a 7 « .� „ , ,:...�. r, � " �,.n1A�,�� � - �F,N.o � �H�y.l -" `� � .. ., .. . _ ti _ .. -.aT a,1....���.,�,����.. IIN 0 o �, I t > ..�,.. ..._.-,Jz ._.� �4 ..�i .,,._,�� ,..�.. ws�sr.. �._, �'al � u � ��� � . ...,,— .�, W . _ . I �._ . ��_ .. _ _.. .�� _.., �..M1�o�a�.w� � � � . ,. - ..�.� ..... . .. _ _ ._, , _:; _ __ _ . , i�. � __. r .__ , ,_..:._ . .. , ,.�t�, r,,,��m ��«�,,,.>, E ��'���" ,� _ w,� Q � —�--�� .. .,.. ° � „, . �, —�y,..:. I� �� '1 OFOl1 �EPTFf REMOVAL aF cp'VCAEiE 5uH5EC710N FEwsloh�$ � I /�,l� -.e.un -..� �n � r I corvsraucrro,vxores � ; c� x r+R ScdLf _..:,. � LFGEVU ' � w� ��. . — s�F�� _ �:.����' �� �� I� FQ]Z� �'i�YOFFOHI"WOR'I'I[ L fLX:15 l[AT[!R 14',�TEItI7F.PARF\I[vT = CITY qF FORT �VOf2TH - WA�ER ANIJ SANIT.iRY SEIVER COM1' iR,J C T 2020 IRSh I-p cirrvuo�ecrn�o. �o�ars vAVfNG IMPROV�MENTS - (3 6F 9J - ���.,°° .,�y,_,v � a,_ I� �� CPN 103419 AD�ENDUM NO. 5 Water and Sanitary Sewer Replacements Contract 2QZ0, WSM-0 ATTACHMENT A This dacument is provided as supplement to the Water and Sanitary Sewer �e�lacements Contract Z020, WSM-0 Contract Documents. 6efow are responses to questions for clarifications that rr�ay require additianal information and/or are not addressed directly within the contract documents: Q9-1: Can you verify if every foot of pipe rn the sfreets rs supposed to be .back fiIled with Selecf Back fill per the pavement repair defai! shaefs in Addendum #4. lf this is the case a!1 of the pipe bid rtems need to be changed in the proposa! as standard bid items for select backfi!! our written differently. 1 have shown an example from fort worth e-builder standard bid items list fo hpw they should conform if select fil( is required. jusf for example betow is the list of a11 the different standard items far 8° & 8" water. following bid item descriptron rn the excel would noi be select backfifl. 3311.0143 6" Water Pipe, 5e�ect 8ackfi�l 3377.0144 B° Water Pipe, CLSM Backfil! 339 9.0959 6" DIP Water 3311.0152 6" DIP Water, GSS 8ackfrf! 3311.0953 6" D!P Water, Selecf Backfi!! 3311.0954 6" DIP Water, CLSM Backfrl! 337 9.0169 S" PVC Water Pipe 3399.0962 6"PVC Wafer Prpe, cs� Ba��tarr 3371.0163 6" PVG Waier Pipe, Select Backfill 3391.09 64 6" PVC Water Pipe, GLSM Backfill 339 9.0241 8" Water Pipe 33 9 7. 0242 8" Water Pipe, C5S Backfill 3311.0243 8" Water Prpe, Selecf Backfil! 339 9.0244 S" Water Pipe, C�SM Backfitl 3391.0257 8" D!P Water 339 9.0252 8" Q!P Water, GSS Sackfr!! 33 9 9. 0253 8" D!P Wafer, Selecf Sackfil! 3311. �254 8" D!P Wafer, CLSM Backfi!! 3319. 0267 8° PVC Water Pipe 33 � 9.0262 &" PVC Water Pipe, CSS Backfil! 339 9.02fi3 8" PVC Water Pipe, Select Backfill 3317.0264 8" PVC Wafer Pipe, CLSM Backfit! R1-1: Please see the replacement sgetion issued bv Addendurn �Eo. 5., Q9-2: 2^!D REQUSl'. Please post the pre-bid attendee list. Thank you R1-2; Refer tv Q1-6 and R1-fi on attachment A, Addendum No. 2. Q9-3: ls Armorock an alternate for the manholes ca!ling for corrosron protection? R1-3: No, reference spec 33 39 60. Q1-4: Addendum 1 removed the defined wiclth from fhe temparary asphalf but it alsa removed the defined width from the permanent asphalt iiems. Unit 9# 28 should be 7' wid� permanent asphalf, residenfia! Unit 2# 41 should be 5' wide permanent asphalt, residential R1-4: Please see the replacerr�ent Prt�uosaf Form iss�ed bv Addendum No. 5. Q1-5: Gan you provrde a detail for W 5th srnce it ca!!s for FuI! Depth Removal and Reconstrcrctron? A-1 1 of 2 CFN 103419 ADDENDUM NO. 5 Water and Sanitary 5ewer Replacements Contract 202D, W51VI-D AITACHMEfVT A R1-5: Please see t#�e replacement sections issued bV Addendum No. 4. Q9-6: It appears fhat the stabilizatian quantifies are too high. �here are only 2 str�efs fhat are not Mill & Overlay. R1-6: Please see the replacement sections issued bv Addendum No. 4., Q1-7: There is a nate on the plans that ca!!s for PG7&-22. The Cify af Fort Worth standard is PG70-22. There is considerable price increase for the PG76-22. Is this what the City avanfs on this project? Ft1-7: Please see the replacement secfions issued hV Addendum No. 5., A-1 2of2 000515-1 ADDENDA Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 00 OS 15 ADDENDA �Assembler: For Contract Document execution, remove this page and replace with any addenda issued during bidding.J END OF SECTION CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D City Project 103419 ("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 unti12:00 P.M. CST, Thursday, September 25, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/nortal/?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 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 2 of 3 Contact the Bon%re 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: Approximately 13,000 Linear Feet of Waterline & 4,000 Linear Feet of Sanitary Sewer by Open Cut. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Monday September 8, 2025 TIME: 10 A.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised 2/08/24 00 11 13 INVITATION TO BIDDERS Page 3 of 3 FUNDING Any awarded under this INVITATION TO BIDDERS are expected to be funded from revenues generated from User Fees and reserved by the City for the Project. ADVERTISEMENT DATES Wednesday, August 27, 2025 Wednesday, September 3, 2025 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised 2/08/24 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 1NSTRUCTIONS 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 rej ected. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas.�ov/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: httns://ann-us3.e- builder.net/public/publicLandin�.aspx?OS-4d00804b133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httns://ann-us3.e- builder.net/public/publicLandin�.aspx?QS=e43c4239775f4b2583552c029c6a1 ed2 1.3. Water and Sanitary Sewer — Requirements document located at: httns://ann-us3.e- builder.net/nublic/publicLandin�.aspx?OS=4fc66ff8c36c4c029d542d4e55114e8d 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 required for this project include the following: <Include this paragNaph if theNe are special qualification types foN work involving treatment plants, pump stations, etc. and enter those special gualifzcations here. If there are none then delete this paragraph.J 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 41. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 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. 41.2. 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." 41.5. 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 fll all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 41.7. 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. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 41.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 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. 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 FRIDAY 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 httns://fortworthtexas.bonfirehub.com/nortal/?tab=openOpportunities CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 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.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section Ol 25 00 of the General Requirements. 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 121. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed 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 wark 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. 1211. 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 141. 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. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 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°/o of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 Ciry. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City CounciL The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419 Revised/Updated August 18, 2025 �0 35 13 CONFLICT OF INTEREST STATEME�3T Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respandent to a City of Fort Worth pracurement is required to complete a Conflict afi Interest Questionna�re 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 af the City Manager or Assistant City Managers, or an ag�nt of the City wf�o exercise discretion in the pfanning, recomm�nding, sefecting or contracting with a bidder, offe�'or or res�ondent is affiliated with yaur campany, then a Local Gov�rnment Dfficer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Loca! Government Code Chapter 176 ta your company. The referenced forms rr�ay be dawnloaded from the links provided below. Fprm CIQ tConffict of Interest Questionnaire) (state.tx.us) https./lwww. eth ics. state. bc. usldatalform5lcon#lictlCl S. pdf ❑ 0 ❑ ❑ ❑ ❑ BIDDER: CIQ Form does not apply CIQ Form fs on file with City Secretary CIQ Form is being provided to the City Secretary C1S Form does not apply CIS Form is on File with City Secretary CIS Form is being provided ta the City Secretary Wooc�y Contractors, Inc. 65d Tower Dr Kennedale, TX 76060 817-483-4787 twaodv2020(c�aol, cam END OF S�CTION CITY OF FORT WORTH STANDARd CONSTRUCTIdN SPECIFICATION DOCIJMENTS Revised February 24, 2020 By: Troy Woody / 5ignature: " �,.� , � � - .� y,� ,;s Tifle: � r�esident CPN 103419 - 00 41 Ofl Bid Praposai Workbook -Addendum 5 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: FOR: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 City Project No Units/Sections: 103419 Water and Sanitary Sewer Rehabilitation 2020 WSM-D (Various Locations) Unit 1 - Water Unit 2 - Sanitary Sewer Unit 3 - Paving Unit 4 - Storm Drain 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D Revised 9/30/2021 CPN 103419 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 620 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D Revised 9/30/2021 CPN 103419 OD 41 OD BIQ FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will cvmplete the Work in accordance with the Contract Documents for ti�e following bid amount. In the space pro�ided below, please enter the to#al bid amount for this project. Only this figure will be read publicly by the Cify at the f�id opening. 6.2. It is understood and agreed by the 8idder in signing this proposal that the total bid amount entered below is subject to verification andlar modification by multiplying the unit bicf prices for each pay �tem by the respective estima#ed quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid Total Bid 7. Bid 5ubmittal This Bid is submitted on Respectfully submitte �- � l By: � r �� �� � � ignatuy� Octaber 23, 2025 � � � __� �Trov Woodv (Printed Name) Title: President Campany: Woody Contractors, Inc. Address: 6b0 Tower Dr Kennedale, TX 76060 State of Incorporation: Texas Email: twaady2020@ao€.com Phone: 8�7-483-4787 END OF SECTION $10,232,213.30 by ihe entity named below. Receipt is acknowlec�ged of the Initsaf following Adclenda: Addendum No. 1: ,�� � Addendum No. 2 �r� � Addendum No. 3: � � � Addendum No. 4: ,�� A��d endu�nn No . S ,r� I Corporate Seal: CITY OF FORT WQRTH STAN�ARD CONSTRUCTION SPECIFICATION dOCUMENTS Revised 9I30l2021 CPN 103419 - 00 41 00 Bid Proposal Workbook - Addendum 5 �: i? Si9�]Vf��Ir�5:1f f�+rc f irt -1 UN1T PFtICE BiD IiiJli,� I�an� N,� 7 2 3 4 5 8 7 8 9 1� 11 12 13 14 15 i8 17 ie 19 2a 21 22 23 24 25 26 I 27 26 3d 31 I 32 33 I 34 35 � 36 � 37 I 36 I 39 � 40 I 41 42 � 43 � 44 � 45 4S 47 � 4$ � q9 � 56 � 5� � 52 � 53 � 54 55 56 i s� � 58 � 59 � fi0 � 6� � 62 I &3 I sa 65 1 66 � 67 I sa I s9 I 7a I 73 1 2 3 4 5 6 7 S 9 10 11 12 13 � SecTioN oo a� aa PROPOSqLF6RM uu�r � 33119261 9" PVG Water Pipe 3311 0251 8" �iP Water 3311.Qi61 6" PVC Waler Pipe 3312.3002 6" Gate Valve 33123403 8" Gate Valve 0241.13fl2 Remove a�d Salvaqe 6" Water Valve 0241.1363 Remove and Salvaqe 9" WaEer Valve 3305.0111 Valve Box qqjustment w1 C9ncrele Collar (50l5�] 331i0�61 �uctilelronWaterFininqswfResiraint 3312.2603 1" Wa�er 5etvice wiih Surtace Restaratla� 3312 2001 1" Waler Se�vice. Meler Recanneclion 33122004 1" Privale Water Service with Surface Resloralion 33122301 1 112" Wafe� Seryice. Meter Reconnection 33122103 1 V2" Waler Service wiln S�Kace Restora6on 3342 2241 2" WaEer 5ervice, Me[er ReconneUian 33�22203 2" Waler Service wilh Surtace Resloralion 3304.0161 Temoorary WalefServices 0241.1512 Salvaqel"WalerMeter 0241-1513 Salvaqe 1 112" W�terMeter �241,1514 Sa3vaqe2"WaterMeter a241,i118 4"-12"Press�repluq 3372.0001 Fire HYdrant D241.1510 Salvaqe Fire HydraN 3312.0117 Connection to Exisiinq 4"-72" Waier Main 3305.p103 Exnioratory Excavalion of Hxislinq lltiEi�iBs 3201.0400 Temporary Asphalt Pavinq ftepair (2" HMAC on 6" Flexbasel 3201-p114 7' Witle Perma�en� Asohalt Pvmt Repair. Residential 3291.0614 Conc Pvmt Repair, Resitlen�ial 3201,a8i6 Conc Pvmi fteAaic Arierialflndustrial 3305.00o38" Waiedine Lowennu 024t_100{7 Remove Conuete Pavemen! (50150� 32� 3.0102 7" Canc pvmt 3213.0391 4" Conc Sidewalk, Atllacen! lo Curh (507501 3213.03U1 4" Conc Sidewalk (50159) 0241.0100 Remove Sidewalk (50f5d} 3213.0400 6" Condete pnveway(50f50� 62419401 Remove Cancrete Drive (50150) 9216.91�1 S" Conc Curh antl Gufler (50f50� 0241,f300 RemaveConcC�rhBGufterf50f50� p241.1400 Remove Conc Vallev Gutter (56150} 321fi 02�1 7" Conc Vatley Guller, Rasidential (50150) 32.7 t0112 6" Flexible Base. Type A, GR-1 (56150) 0247.1700 11"Aavemenf Pulverizalior� [56156} 5212.0303 3" Asphai� Pwmi Type �(50f50) 3211 9600 Cement SlabiEization [� 26fbsfsy (50l50} 3217.9i02 B" SL� Pvmt Markinq HAS (n �50l50) 0247.1800 ftemove Speetl Cushion (501591 3252.06a1 SpeetlCushfon-TL5landard(50750y 3217_05p4 PrefoRned Thermaplastic Conlrast Mark�mgs - 24" 5loR Bars (5D750� 32.� 1 0601 &Ench CEMLlMETM` StaCilizatlon @ 32Lhs15Y [50150p 3209.0201 Permanent Asphalt Pamt ftepair 6evnnd Oe�ned Witlfh, Resitle�tial 0171.0101 ConstNclion Staking (Wa[er) 6177.0102 As-Built S�rvey azat.iao� waserunz�roui�nq 0241,1602 RemoveCancre�eWaierVau3t 3349.5005 Remove antl Reolace Inlet Ton, 5' (501501 3125,6101 SWPPP ? 1 acre f50f5�) 3305_Oi09 Trench5alet 3305A202 Importetl Em�etlmenV6ackfill. C55 3305A2�3 Importetl EmhetlmenVBackfill, CLSM 33fl5.0206 Impatletl EmbedmenllBackfifl, Acceplable Ba�hfill 3305 1 Q03 20" Casino Bv Onen Cut 3471.000� TraKc Conlrol 3H0.4102 fi"-12" Tree Removal 3110 0103 12"-18" Tree Rr.moval 3232.0100 Block Sod Piacemenll50l501 329tA1tl0 TaosaiU5afW1 3217_5001 Cufi Atltlress Paintinol501561 9999.9998 WaterConslfuctionAllowance 9999.Otl03 Mfsreflaneous Irrioaiion Adiustmen�l507501 333�.1102 6" io 8" Pipe Enlarqemenl 3331 Oi02 6" Sewer Pipe, Poinl Repalr 3331.4115 9" PVC Sewer Pipe 3331.4119 B" fl!P Sewe� Pipe With 40! P�otecEo Coalinq 3331,4201 10" pVC Sewer Pipe 333t,b265 10" �Ip Sawer Witn 401 Proiecto Caalinq 3331,4229 1 B" OIP Sewer wilh 401 Proleclo Coatinq 3331,q305 20" �IP Sewer Wiln 401 Pmlecto Coa�ing 3331,42i6 15" SewerAipe, CLSM Backtill 0330.0001 Goncrele Encase Sewer Pipe 3305.1003 20" Casinq BV QPen Cul 3339.�007 4' Manhole 3339_70�9 4' Exlra �eplh Manhole Fuei lroxm 11,lTZtu't[1�'�e�!'litl'CLk]'.� SPGc1Y can�l,�l�tu��:�1l1Z5 R�.u..l U3��?tl'_I �peciiie�,ili�ni S vu�xz i �� W ntcr 33 11 12 33 11 12 33 11 10 33 12 ZO 33 12 20 0241 tA � 02 41 14 33 05 41 a3 11 11 93 12 l� 33 12 101 33 12 3Q 33 12 10 33 t 2 10 33 12 10 33 12 10 I 33 04 30 0241 tA Q24t 44 02 41 l4 0247 34 33 72 40 02 41 14 33 12 25 I33 O5 30 32 Q7 18 3205 t7 32 Ol P9 32 07 29 33 05 i 2 02 41 15 32 13 13 321320 321320 ID24113 32 13 20 42 41 13 32 1fi 13 02 41 15 02 41 14 32 15 02 32 11 91 02 41 15 32 12 16 32 f 1 33 32170f 02 41 18 32 12 76 32 14 05 32 11 06 32 01 17 01 71 23 07 71 23 024t 14 0241 14 133 qg 50 31 25 00 33 OS 10 33 �5 10 33�5i0 33 O5 10 �330522 34 71 13 31 tD06 3f 10 00 3292�3 32 97 19 3z 1 � as 9999.9999 Ig9ggfl003 Bidder's AppEicaiion I Il��i[ id I ➢�E;I f�1luuuru j tliu�nl�t� LF LF LF EA EA EA EA EA TqN EA EA LF EA EA EA EP. LS EA EA EP. EA EA I Eq EA EH LF LF SY SY EA SY SY SF SF 5F SF SF LF LF SY I SY I SY SY SY TN LF E4 EA �F TN I SY LS LS CY I �n EA LS LF CY CY CY I LF MO EA En, SY CY En lS LS GM1IT ? -Sanilan� Sn�cr 33 31 23 33 31 72, 33 31 23 33 11 10, 33 31 12, 33 31 20 33 11 1 � 33 11 10, 33 31 12, 33 31 20 33 }f i0 3� 11 10 33 11 10 33 1 i'10, 33 31 12, 33 31 20 Q3 30 p0 33 05 22 33 30 10. 33 39 20 33 39 19. 33 39 2p LF LF LF LF lF LF LF LF LF GY LF � VF [i�ad.•r.r��,���.�3i � I�iulEi�i��� I [�iJ�nlu�• � 11.Bfi9 5105-06 475 5$97.00 483 597.00 3T 52.2�(1.a9 az� s2.eoo-oa 26 S}56.00 6 5150-�� 55 5859.90 11 570,000.00 260 S2,3W.W 266 SfiQO-06 153 585.00 19 51.550-06 '19 53.75(].00 11 51 J00.00 11 54.500.09 1 I 5425 455-00 261 sso.aa 19 550 00 i t 550.d� 50 S250.06 3fi 55.5�a.00 10 5300-OQ 7H 59.999.�0 7 52.000.00 1G,26� 533.0� 1�9 529�-�0 173 5181.00 14 5202 00 12 51L50099 B,p26 S22A0 3� SS75.00 35 520.00 63 s�a.aa $5 58-06 2,59A sia.aa 25gq1 S5.�a 856 Sfi5.00 B56 SB-00 714 534A0 1i4 5170.00 7 990 517.80 19,9fi5 Si1.50 19 965 52fi.85 213 3285.q0 5Q 52a.�� 21 5100.�0 2 54,500.0a 7 3125.00 5B $63�.00 100 3175,00 t sas,aoo.aa t sa.poo,00 st seaaoo i 57.100 0� z se.aaaoo 1 59.000.00 fi00 50.05 100 5199.00 2z1 siso 00 400 545.00 ao saoo.00 8 55,000.09 fl si.00000 i szoao,00 1$7 515.60 3� 565,06 13 S10a 00 1 515a 000 a� t 525.�00.00 Suh=fuf�J llNIT 1 -\b`alcr 1 491 5154 00 100 5184.00 1027 5766Aa 276 5221.00 4&4 5774.00 }92 5243.�0 292 53361)0 220 5355,90� 20 Sfi170p1 3B 5400,00 20 529$.OQ 21 57.500,00 27 3225.00i S ] .2A6.140.001 5283 575 00� 546.85 i.00 581.400 fl0 sii�.sao.00l S3 0a9 Op � 5900.00 I S4fi 750.00� 5110.0OO.Ofl S598 000.90 Si 55,090.00� 513 005,D0 529,450 U6� 571 250 40� 518.7QO.ODI 549 500 �0 5425.455.D0 513 050.00� 5950.00 5550.00� 512, 590.00�1 5798,0a�001 53,OOD,06� 5162.ap0,Oa � 514.00O,OOI 559fi 59('�00� 529.000-00� 531 39 �0 � 52,B28.00 I 513fl �00.�� $f79.7B2.40� 5525�.Dfl� 5700.00I 51.134,001 $68D 00 � 536 516,Q0� 512.970,�0 � sss sa�aal 56.848.00 � 53.422�0� 5}9.380.00I 5142222A0 � 5229.597.50� 5536,p6Q.25� 560705 {]0� Si \QQ�1.04� 5200.001 54,006.001 se�s-oo� 536.5A0.00� 577,500 OOf 519.000 AD � se o00 00l 540.800.a0 � suoo-ool Si 6,000.091 59,60D.00� 830,00� 519.90206� 541.990,00� 54.5q0.001 51 fi.000-00 � sao.000.001 s�.aoo.ao} sz.00a oa1 52.8{]5.00� 52.915.�0� 51 300 00 � S'! 50,000,00� 525,060.001 SG_49JSn7.15� � 5229.&�4_Da� 516 400-00� 5788.4&6.00� 550.896,04I 584216.OU sas,ses,00l 598.112 0� � s�a. � ao.00 SR.340 00 $7$,2p0.00 55,980 Oa� 5157.59�.00� S6 075-0� � n.�..�n��,Yani�a. •.akcM1�l�il'iu��in�_.inu� .otc'S\LI� �ilE�� I�i:il'� d� �A,°w';w ��.o�,��. SECT[ON p0 42 A3 PROPOSALFpRM UNIT PRICE BID iiiJi�.� ]rcm tiu � 14 I 15 � 16 � 17 � 18 � 19 � 20 I 21 � 22 23 j 24 � 25 � 26 � '17 I �e � 29 i 39 31 � 32 � 37 � 34 � 35 � 38 � 37 � 38 � 39 � 40 I 44 I�rn��.� [i.m [niam�.umn fl�w�npiu�n 3339.10fl4 4' Shallow Manhoie 3339_1�02 A' �rop Manhole 3339.17a4 5' Shallow Manhole 3305_0112 Concrzle Collar far Manhole 3334.0001 Epoay Manhole Liner 9999_9991 Gannetl [o Exisling SSNS1i 3305 0�03 Expfofalory Excavatian of Existinq Utilitles 3307.00�1 pre-CCiV Inspeclion 3301.0002 Pos{_CCN Inspection 3301_01{7t Manhole Vacuum Teslin9 3303 d{]01 BYPass pumping 3395,p109 Trench SaFety 0241220� Rem�ve 4' Sewer Manhole 6241,5001 Abandon Manhole 0241.2001 SanilarY Line Grouting 02412702 6" Sewer RHantlonmenl Pluq 0243.211 � 2 f' Sewer Ahandonmen! %uq 3331.3105 4" Privale Scwer Servicz wilh 2-Way Cleanouls 3331.3101 4" Sewer Service with 2-Wav Cleanouts 3331 _31p3 4" Boretl Sewer Service with 2-Way Cleanouts 3331,3201 6" Sewer Servlce wilh 2-Way CleanouEs 3331,7201 Service Reinstatement. Pipe Enlarqemenl w! 2-way CleanouE 3305.6516 Concrete Encasement for LIliiiN Pipes �I33Q5_0202 Imported EmhetlmenVBackfill, CSS OV 1.0101 Cons�ruction 5lakinq (Se�ver} �i71.0302 As.BuiltSurveyl5ewer} 3305.0107 Manhole Adl�slmenL minor� wl Concrele Collar (50150p 3201.0112 5' Wfde Permanent Pvmt Repair, ResidenFial ,-m ��rruiiru�nem T�naen�:��n�snar.n��,. su�cn��ren��.� ix.��w�ti�s ii�,�,�a �sa a�z� s�wuiiunu,n scaa��i� ru. 33 39 i 0, 33 39 20 33 39 10, 33 39 20 33 39 1 tl. 33 39 20 I339517 33 39 60 9949,9994 33 OS 30 33 01 31 33 a7 31 33 01 30 33 �3 10 33 O5 10 02 41 14 aza� ia azai ia 42 41 14 02 A� 44 33 37 50 33 31 5� 33 31 50 33 91 50 133 31 23 33 05 19 33 05 10 61 i1 23 41 71 23 33q$Ol 32 01 17 Bidcfer's Application �,,,3,�.,� N,,,,w,�s� IJqi[ ��f Ili.l 1;���1 f'nci� I [3iJ Vs]i�.� M1l�nsw. EA � EA EA VF EA EA �F LF EA LS LF EA E/5 CY EA EA LF EA EA EFl EA CY CY LS LS EA LF 3 2 1 29 70 2 t 3.319 3.978 29 7 z.soo 9 2 21 8 2 1.136 18 � 4 44 �zo 398 � 1 8 257 36.500,00� $12.000,66� 57,800,00 51,375-00 5425.00 55.000.00 32.000.00 55.00. s7.00l 5200-001 5226.a00.09 51 00 5500.60 51.606-OQ 5800.00 szso-oo 5500.00 5255.00 53270.00 513.000.00 S2.B50.00 51 _890 fl0 549fl,00 5198,00 s�a000,aa 58.006,Q0 51,375,00 5275.00 579.500_061 52A.000.06� 57_800.a61 s3s.e�s.001 szs.�so_oo] 510.000.�0 � 52.000 fl01� 518.595.00I 527 846.Ofl I 55,860.00I 5226.0040p� 52,fi00.Q01 54500,001 5�.200.06� Sifi.B00.001 sz.00a.oa 31.000.�0� 5289,680,fl0 SSB,660.0�� 513.000,00�1 511.400.091 579,260_OO I 548,p00.00� 566,984_00� s�s,aoo.00� 58.0OO.OD� 511.00O.00I 57D.675_Oa � x�,�R,�a s,Niv. s�,,.rHdv��u���=u��acN�u�e, :u H�s��-n i?I'l' IniJl9 Rlf�l'Itiil�c�s:ti P,.� 1 �f+ SECTEON 00 42 93 PROPOSALFORM u�ir P�icE Bio AiJli,xi lii�in �„ 42 43 44 45 4fi 47 48 as 59 51 52 53 54 I 2 3 4 5 6 7 S 9 16 ii 12 �3 14 75 ifi 17 10 19 20 21 22 23 za 25 26 z� 28 rx,.��a„�� 3201.6400 T¢mporary AsphalE Pavinp Repalr (2" HMAC on 6" FlexBase} 3201.0201 Permanen! Asplralt Pvmt RepaiY Beyond �efinetl Width, Resfdenlial 32a1.Ofi14 Conc Pvmt Repair, ResitlenSEal 3201.0616 Conc Pvmt Repair, ARerialflqtlustdal 0241.Ofi00 RemovefRepEace Wall <4' 3232,01�0 Conc Ret Wall Rtliacent lo pfive Ap9roach a241,05q0 Remave Fence 3237.0412 6' Fences WnoU 3292.0300 Block Sotl Placement 9B9_9993 Remoae and Reinslall Pavers 347}.0001 Traffic Control 9999.9992 Landscaoino Reoair 9999 9999 Sanilary Sewer Conslmclion AHowance s�r���,�..���,��� s������o s,� 32 91 18 32 01 17 32 01 29 32 01 29 0247 i3 02 41 13 02 41 OS 62 41 05 33 92 13 9999.9999 34 71 13 99999999 9999_9999 li\li3- P:n'n� 0241.1700 � 1" Pavement Pul,renzalion (50I5fl) 02 47 75 321 3.0600 Cement Slabiliza[ion [� 2filbslsy (50150} 32 71 33 3291.06Q0 9-lnch CEMLIMETM' Slabilizatkon (� 32LGs15Y (50f5Dy 32 11 33 0241.1660 Bu1lMillinq 024115 �3217.0162 6" 5LD Pvmi MarkEnq HAS fYylW150) 32 17 q1 �32,17,0504 Preformetl Thermoplastfc Conlras[ Markings - 2q" Slop Bars [50l50� 32 14 O5 3212.9303 3" AsphaEl Pvmt Type � I5075p} 32 12 16 a3050107 ManholeAtlllislmenl,minorwlConcreteCollar(50150y 330501 33�5.0511 Valve Box Atllustment w! Concrele Collar f50159) �a O5 4t 0241,1000 RemoveConcretePavemenif50l5aJ 024115 �241,1800 Remove 5peetl Cushion (50150� 62 q1 18 3212,afi01 Speed Cushion - iL Standard (50f50) 32 12 16 0241,1300 Remove Conc Cur6&Guner [50f50} 62 q1 15 3216,p101 6" Conc Curh antl Gutter (50l50} 32 16 l3 0241,0407 Remove Concrete pnve (59750) a? 45 13 3213.040p 6" Concrele �nvewavl50l501 32 13 2� 3213_0301 4" Cone Sldewalk. Adlacent to Curb {507501 i32 � 3 20 3Z13.0301 4" Conc Sitlewal3c l50f50} ��32 13 20 0247.0700 Remove Sltlewalk I50f501 02 41 13 0241_1400RemoveConcVallevGullerl59f50} 024� i4 32Sfi.0201 7" Gonc Vallev Gutier. Residential l50/501 32 ifi 02 3292.Ot00 BIocR Satl Pla�emen1150l501 32 92 13 3291 0100 Toosoil f50f501 3p g7 {g 3217.5007 Curh Address Paintinn (50f50} 32 17 25 32.1 t01126" 6" Flexihle Base, Tvoe A. GR-1 150l501 32 11 01 3349.50175 Remove antl Reolace Inlef Too. 5'l50150! 33 49 59 9999.0002 Pavino Conslmclion Ailowance 9999.0�02 9999.0�03 MfsoeElaneous lrcioalion Atliustmenl f50l5o1 9999_0�03 �'r� i � �r r� �lr� �o �a'm �\'tilNl'.i'I]v� f19�:t'IF]=.'.\1��•:fN'�'1l[F\Z.� He•ued 1:IIJI�1 Bidder's Application mea�r_, e�.p,,,w � I-n �- IiIJ Ilnic]'i�i�c L�i�,ic�irrt (hiun[iti LF 2.148 539.00 SY 100 5175.00 3Y 14 518�.00 SY 20 3202.00 LF 18 5530.00 LF 13 541fi_�0 �F ia siaa.00 LF 10 5235.�0 SV 7i0 S75_�� SY 96 572.00 MO 4 55.000_0� L5 1 55.000_00 LS 1 575.000.00 Sulo-'1"mul U�'IT 2- 5animry Scuvr SY TN TM LF LF LF SY EA EA SY _ EA EA LF LF SF SF SF SF SF SY 5Y SY GY EA SV EA LS L5 19.965 511,50 2t2 5285,00 57 SB30.00 1.190 S23A0 50 520.00 6 5125,00 f3_9fi5 576,85 7 57.375,00 54 585q,00 8.026 52240 11 5100,00 � I 54.506,66 855" SA nn 855� $65_00 2.594 55.00 I 2.594 S14_00 62 520 00 34 578.00 B5 58 00 113 530.00 114 Si70.00 787 515.00 31 565.00 13 5100.00 7 999 517.90 z se.000 00 1 5100.000 00 � s25.aaa.00 S�tls-Tiil;il UIYIi 3 - Puiine CiiJ Volvc I i SB3.772.00� 517.500,00� 52.534,60� 54.040.00� 59.540_06� 55.A08.06� si nao_oo� 52.350.00� 51 fi5� M� Sfi.912_00� 520.090.00� 5s aao on� 5759D0 00 � S'_.3'_?.HHG.IIIIJ � 5229,597.� 8fi0A20.� Sa5,410.� 527.37�� 37 000.� 5750 00I 5536.�6025 ` 59.fi25.00 f 545.900.00 C 5179782.40I Si00.001 345D0 0� I 56_940.00 I 555,575.00� 51 z.s�o.00� 536-396.��J 3124�_00� Sfi12.00 5690.00� $3.390_00� 519.3BO.fl0� 52.805.90� szn,F nnl 51.300 09 � 5142222,0� 516.009.00� 5100 0011 OOi 525.009.00I S 1557,yGG.I �f 11.�1.r�rWS.�in...�1_��rrN.h,iFililali.ni.i�iv.. t'�11-[] �1\ li�i�l�� �1�.► �j.�.,.:1���:j�f ���,����,�,.��� �„ 1 2 3 4 5 6 7 8 9 �a 11 12 73 14 15 16 5] 18 � 3349_5001 5' Curb Inlet 3349.5001 10' Cur6 Inle[ 3349_5602 15' Curh Inle1 �247 4Q05 Remove 5' Curb Inlet 0247.A901 Remove �0' Curb Iniet 0241 AD02 Remove 15' Ctrr6 lniet 3341.01 W Repair 18" RCP. CEass lll 3341.U201 Reoair 24" RCP. C{ass lEE 3341.0309 Reoair 38" RCP. Class Iff 3341.04D2 Repair 42" RCP. Class I I I 3341 6q09 Reaair 49" RCP. Class I I I 3395.0103 Exploraiory Excavalion of Exis�inq U�ilities 3213,6303 4" Conc Sidewaik 3213.4506 Bamer Free Ramp, Type P-i 0241.a300 Remove A�A Ramp 3441.41i0 RefnsfallTraffic5iqn 3441,4108 Remove Traffic Siqn 9999,4999 Storm Orain Construciion Alkowance � Bid summ�n � � Uni� 1 - Waler � Unil 2- San�r�ary Sewer � Unil � - Pavinq � Unit 4 -Storm I7rain � SECTION 00 42 43 PROPOSALFORM L'VI'fJ-Slnrm Dr.iin 33 49 20 33 49 20 33 49 20 02 41 14 02 41 14 02 41 14 33 47 1p 33 41 10 33 41 10 33 41 10 33 41 1 � 33 �5 3� 32 13 20 321320 99 99 99 99 99 99 99 99 99 99 99 99 Bidder's Application �����,.,,�.,,,�,.,� � � ,,�, , �,,� � �;.v.u�. �iwmiit 1'n�i E'ri���� �IiJ v�lia� � EA 2 58.500,00 ss7.000.aoJ EP. 2 54.500,OQ S19.00OOOf EA 2 512.100.09 524200.00J EA 2 51 500.00 53.000 00I` EA 2 S1,600.09 53200.00J EA 2 5180000 53.fi00M! LF q8 5342.99 51fi.41fi.00f LF _ 46 936000 9f440000f LF 8 5592.00 34.7�fi.00f LF & 565� 0� 55200_OOI LF 76 5729.00 Sit.fifi4.00� EA 7 52009A0 52600_OOJ SF 58 518.00 Si.044.00f EA 7 5450000 94.500_OOJ EA 5 $1A00.90 s�.000.00J EA 5 $10000� 51000_OOJ EA t 5509.00 5500.00f �s � szs ooa ao szs 000_on� Svls-Tr�l;il fJNIT J-S[nrm Drain 5157,3!>Il.11fff � � 56.194.507_ 15 f 52.322.89G_ddJ 57.557.3fi0.15f St57qfi0.00� Tuul9id §�6.2d2.2�3.70J ��m�nr r��mT u�� �nn c st:cu:cv�, r� r;srnre��.,n� srerir� :,n, n �� rnu���iv «,� ,, u.,,tia�ri_�_� � M:s.,�� �sn,.,n.n,mm�u,���.���, �i�m�i'u �_ _ -n sID BOND The A�nerican Institute of Architects, AIA Document No. A310 (February, 1970 Editian) S KN�W ALL MEN BY THESE PRESENTS, that we WoadV Contractors, Inc. as Principal hereinafter called the PrincipaI, and Vi�ilant I�isurance Compa�ly as Surety, hereinafter called the Surety, are held and firmly bound unto City o�Fort Worth, TX as Obligee, hereinafter called the Obligee, in the sum of rive Percent o�Bi[� Amount (5%) D ollars ($ -------------------- )� for the payznent of which sum we11 and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firrnly by these presents. WHEREAS, the Principal has submitted a bid for Water and Sanitary Sewer Revlacements, Contract 2020 WS�M-D, Citv �roiect No. i03419 NOW, THEREFORE, if the Obligee shall accept ihe bid of the �rincipal and the Principal shall enter into a ContracE with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be speci�ed in the bidding or Contract Documents with good anci sufficient surety for the #'ai#hfui perfarmance of such Contract and for the prompt payment of labor and material furnished in #he prosecution thereof, or in the event af the Failure of the Principal Co enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty k�ereof between the amount specifed in said bid and such larger amount for which the Obligee may in good faith contract with another party ta perform the Work covered �y said bid, then this obiigation shall ba null and void, otherwise to remain in full Force and effect. Signed and sealed this 2���� day of September 2025 WOODY CC�NTRIIC'1'ORS, INC. � Principal �� •� �y: � "y� �J � � (Seal) �/ t`G�i���i'P Name/Title VIGILANT INSURANCE C�MPANY Surety (Seal} ��', r M � . By: < < �' ��LJ✓�-�;�� ���� Kyle W. SW£elleY, � Attprney-in-Fact �� �� � � � � µ� � [�ower oi Attorney . Fecjeral Ins�u-ance Com���t1y � Vigila�lt Insurancc C�inpany � Pacific tnc�e�r�nity Cc}���pa��y Knaw All by These Presents. `f'tiat FEbERAL I[VSURANCE COMPANY, an Indiana coipoi�atian, VIGILANT INSURANCE COMPANY, a Ne�v Yorl� corporation, and PACIFIC INDEMN[TY COMPANY, a �Viscansin corpora�ian, do each hereby cons[i[u[e acid appoinc Ellza6eth Gray, Charles �. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas _-_------------------------------------------------------------------------------- -------------------------------------------------- e�ach �s their true and lax�Ful Attorney-in�f�act to execute uncler such designation iii ttieir i�a��ies and to aftir their mrporare seals tu and deliver fa�� aiid �n their behalf �is surety thereon or othern�ise, bonds and undertal:ings anci other writings obligatory in the nature ihemof (other than bail bonds) �,�ven m� executed in the coune of business, and any insti�ments amending or akering rhe same, an� consents to tI�e modifcatios� or aiteratian oFany instrument mferred tu in saici Uonds or obii�ations. In Witness Whereof, said FEDERAL IN5URANCE COiv1PANY, VIGILANT INSURANCE CO�IPANY, csnd PACIFIC INDEMNITY COMPANY Iiave each executed and attested these presen5s ancl,�tiixed their cor��oc�te Seals crn this I6`" day oFSeptember, 2019. 1��S4.a��r—'1 �'�. ����Itik.�r ��-_ `n`L ��-.i �k,v:t, �1 r��,�,,,�c�..l�,��a:,,nt5t+:r�i:.a,� ���� �.��: � y ��i � sr.a��e cr- n�s��' J 6RSES` Countya#'Hunterdon ss �ic��li�:n �i I i:ur:y. L�i;:c I'rc�.i�lf.�i3i �p"� �"-w�"e� A� �� � � 'R'� �k � On this 15�' dai� ol' Septmber, 2019, bef'ore me, a �otai�� Pui�l[c oF Ne7v,��rscy, personall}� came Dawn iT. Chlvros, io rne I:nown to be Assistant Secreta2y of PEDERAL INSURANCEi CD?�iPA�IY. VIGII.AN'f �NSURANCE Cp4IPA�Y, and Pi1C]F1C 1ND�19NI'fl� GOYIPANY, the companies �vhich executed the foregning Pmver oi At[nrney, and [he said Dawn M. Chioros. Ueing b�� me (Suly s�vOrn, �li� deppye and s�y that she is Assistant S�cretary of G'F.DERAL 1NSURrINCE CO�tPANY, V1GILANT 1NSURANCE COMPANY, nnd PACI�IC l�llEb7\]'I'l' CQb4�'ANY antl I:nuws [he cnrpc>rate seals therec�F, that die seals afTised tu che Foregoin� Po�ver of Atturney are such corpurate seaYs and u�ere thereto �sftixed by autharit}� oi said Companies; and ti��it she si�,med s�sid Putiver of Attoruey as Assistaot 5ecretaiy of said Comp�u�ies bv like authoriry; and that she is acc�uainted with Stephen M. }3aney, and knotvs him to �e Vice l'resident of said Companies: and tha[ [he siguature oF Stepl�ei� M. 1[aney, su6scribed to said 3'o�ver oF Atturney is in the genuine hand�vriiing oF Stephen �1. Naney, and cvas tl�ereto subscri6ed hy authority ofsaid Companies and in de��onent's presence. �utarial5ea6 ¢`� '^�oR_ N4idRY �r y� w.a..� j� ��'UHLI�% �`k � xs�" KATN�.ftIN� ,1. AC3ELAAF'd NCS7AftY PU6lIC OF NEW JERSEY Na. 3336585 Commissicsn Ex�+lses July 1f. ?024 /rT �` Nui.n E`��t+lfc CERTiFICATIOIV �esolutions adopted b}� rhe Roards oF �irectors nf I'EDCRAL INSl1RANCF.. Ca1�iPr1N1', ViG]LA?V'I' SNSl1f2AVCE C019PA?Vi', and PACIFTC INDF.�1�'ITY COA4PANl' on Augus[ 30, 2p1G: 'RI:tiOl,\'P.11, thai the �iillrnring ainhe�rizations reiatc [o ihe e�ceu�ioa Ybr ancl pn behatl ui �he Company. nf bnncls, untlertakinss, reco�,mizances, conreactc and olher wi'ilten [ummitments oFthe Cumpany ente�'ed fntu fn the urdinar5' cotu'se ofbusiitcss (each a"1Vritten Cummitme¢P'k {t} lia[h �f die Chairin�in, Ihe Presfden[ and the Vicc I'resideats of theCumpani�ishe�'eby au[hui'ized toexe[utennylih'i[tenCummftmenr furandanbdiall'oftheGompang.undei'the seai of the CumPanq ur nthen�i3e. {2) Each ciuiy appoiizied atioriiey�in�lac� of �he Company� u herehy autlturized tu execute am� 1Vriuen Com�ia'k�mem lur and on behalf of �he Company�. under [he seal ol the Cump��ny� ��r odler+rise. LU Ihe eX[ent tilat SUdl>1Cnnn fs �lusho]�iZed }]} the gr:�nl o! po�YeLc prnYided for in 5iICh {1eIL+U11'5 ���I'iL[Gl dppeliil[I11C1lt d58llCh:itiOrnej�-in-fact. (3) I!aclt uf tlfe Ch;tirmaq the Presiden� and ILe �'i[c I'i'esidenls of die Company fs here6y aulhnrized, �br and nn hehalfo(the Cumpany, tu appoiut in �v�'iling an}' person ihe allorney� in-iaa ol' [hc Compaciy with full pon'er and authe�r'ity �o csc[u¢e. fnr and urz behalf uf Ihc Compang, under tlte seal of �he ContpanS or nthern�ise, su[h 1V�inen Commimients of [he Coutpany as n�ay be specified i3i such u•n[ten ap��u[nunenL �shicli s{3eciticatiun ma}• be by� geitei'al type oi' d;�tis pf 54`ritten Cummitments ur by specificalion oY one ur mure panicular 4l'i itten Ce�mmi�ments. (�{) I,-�ch ul [he Chalrman, tlte I'resident and Ihe Vice Presidentti of lhe Company is herehy audiorired, fur and un hehalFuf the Compan��, [o delegate in i5ri[ing ro any u[her ul3icer of'ihe Compan�� che autliority� w execme, I17r and on beh�df uf rhe Cmnpany, under the Company's seal Of' OlI1Cl'N'ISC. SLICII �5'riiten Cuaia�icments� ufthe Coinpany as are specificd in such wriLten dele�LLion, n•hich s�zecific:�ttinn may he 177� gcnei'ul rype oi' [lasv uf 1Vritle�� Commi[nZeo[s or by specifica�ion ufone u[' nlure par[iculai' ��'ri[sen Cummim�en�s. iS! 'Che signarure of:my uliicer or otlier persnn e�ecFuing �iny 1t'ritten Callnlilinent or sn�o-inmient ur delegalion purstcu�t to lhis liesolution. and die seal ol the Company�, ma}' 6e alBxe.d h;� l.lCtii111fiC Un SUCII lVl'i�[eR �.UmmitmP_nt clr ll'fittBilB�ElOiIlO71L'llt OI' fle1e6:1[i0tl. PUR'fI1ER RGSOIA'EI], diat ciie f iregoing Resolwion shall not he deemed tu Ue an exclusVve statemeni uf itie powers and authority of ofliceis, emplopees an[l od3er persuns lo act for aad on 6eh.dFof ihe Com4�auy, ��nd such itesolurion sh,dl no� limiE ur ntllenvise af%ct ihe eserdse ufany such power or;mthuritp adienvise valicily ��amed or vesred:' i, Dativn ��. Cl�lrn'os, Assist�int Secretarp c�f RF.D�RAL INSLIRA�CEi COMPA�Y, V]G]LA�'I' ]NSL'RANCF. COh4PANY, and PACIPIC INllEh9�]TY CONPANY ([he "Cumpanies') do here6y certif�� that (i} the Foregoing l:esohitinns adopted b�� the 13ocird uFDirectors of the Con�panies are u-ue, cor� ect and in full fcarce and eftect, (ii) the Foregoing Poi��er uf Auorney iti tF�ue, currect and in ftdl f'orce and effect. GivenundermyhanciancisealsofsaidCump�niesxtR�hitehouse5tation,NJ,this 25th day o# September, 2Q25. ���{ .:�; ���� ��.s� � � �1 s�_ ���� � �.,.. � ,, f�� �b� t}n�:n ��I t'hl;,r.� .1,H,i:ini �eti�rci.��'�` I.\'fk�lE GI'EN'f YOU 1L'ISH'fl7 VF;I;IFI"I'HE AU'1'I IL'�i'flCl'fl' OF'fHl� RONU OR \'0'fIFY US OF:1\`Y 0'i'Htil: �Ll"I'I'tiR. PLEASE CON'PAC'I' US,I"I'�. '1'elephune f90S� 9U3� 7493 Pax (9ng) 96'3- 365G e�mail: surc�yC.��hubhcom FE�-VIG-PI (rev.08-18) 0o aa s� VENDOR CDMPLIAIVCE Td STATE LAW Page 1 of 1 SECTIQN 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law pro�ides that, in order to be awarded a cantract as low bidder, nonresident hidders (out-of-state contractors whose corporat� ofFices or principal place of business are outside the State of Texas) bid project5 for construcfion, impro�ements, supplies or servic�s in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident �idder would be required to und�rbid a nonresident bidder in order to obtain a comparable cantract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must i�e fill�d out by all nonresideni bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidd�r. Resident bidders must check the box in Section B. A. Nonresident bidders in the 5tate of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statuie is a#tached. Nonresident bidders in the State of are not required to underbid resident bidders. , our principal place of business, B. The princi�al piace of business of our company or our parent com�any or majority owner is in the State of Texas. 0 BfDDER: Waody Contractors, Inc. 650 Tower Dr Kennedaie, 7X 75060 817-4$3-4787 twoodv2020C�n.aol. com By: 7roy Woody�� �..� i �,: � � � � /�� (Si�ature) Title: President �1 / Rate: � y � �� —� � END OF SECTION CITY OF FORT WORTH STANDAR� CONSTRUGTION SPECIFICATION �QCUMENTS Revfsed 913 012 0 2 1 CPN 103419 - 00 41 00 Bid Proposal Workbook - Addendum 5 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the wark types requiring prequaliiication 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the wark type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractar. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must iile the information by the 31st day of March 19 in arder to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed iinancial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 39 40 41 42 43 44 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 wark performed. e. Other information as requested by the City. 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted far consideration. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 i (2) 2 3 4 5 6 � (3) 8 9 (4) 10 ll (5) 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0 To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. The City will not recognize any certified public accountant as independent who is not, in fact, independent. (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 iirm'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 factar 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. 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. 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may rej ect, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page3 of3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 �0 45 12 PRE4l]ALIFICATION STATEMENT Page 1 of 1 SECTION 00 45'[2 PREQUALIFICATION STAT�MENT Each Bidder for a City procurement is required to cample#e the infarmatson below by identifying the �requalified contractors andlor subcontractors whom #hey in#end to utiiize for the major work type(s) listed. Major Work Type Water Distribution, Urban and Renewal, 8-inch diameter and smaller Sewer Collection Sysfem, Urban and Renewal, 20-inches and smaller Sewer Pipe �nlargement, 8- inches and smaller Sanitary Manholel5tructure Interior Lining - Warren ar Chesterton Coating Asphalt Paving ConstructionlReconstruction (Less than 15,Q00 SY) ContractorlSubcontractor Company f�ame Woody Cantractors, Inc. Woody Contractors, Inc. Excel 4 Construction, LLC Madero Engineers, Architects & Constructors, LLC Reynolds Asphalt and Construction Prequalificatior� Expiration Date 4/30/2026 413012Q26 413012 Q26 41301202fi 4/30/2027 The undersigned hereby certifies that tf�e contractors a�dlor subcontractors described in the table abo�e are curren#ly prequalified for the work types listed. BIDDER: Woody Contrsctors, inc. 650 Tower br Kennedale, TX 76060 0 � �� Tstle: Presfdent � Date: ' � ' �'� � .5 CITY OF FORT WORTH STANDARD CONSTRUGTION SPEGFICATIpN DOCUMENTS Revised 09/3012021 ENb OF SECTlO{� CP�! 1 0341 9 - 00 41 �0 Bid Proposal Workbook - Addendum 5 F�RT ��RTH� Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone SECTION 00 45 13 PREQUALIFICATION APPLICATION Mark only one: � Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Email ( 1 Fax Texas Taxpayer ldentification No. Federal Employers Identification No. DiJNS Na (if applicable) Zip Code Email/mail this questionnaire along with iinancial 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@FartWarthTcxas.gov TPW_Prequalification@fortworthtexas.gov clint.hoovcr@fartworthtcxas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public Ciry of Fort Worth TPW Transpartation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Warth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fart Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: `Bidder Prequalification Application" 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) � Has fewer than 100 employees and/or � Has less than $6,000,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department ! Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of8 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, A11 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 Interceptars, Urban/Renewal, 24-inches and smaller Sewer Interceptars, Development, 42-inches and smaller Sewer Interceptars, Urban/Renewal, 42-inches and smaller Sewer Interceptars, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works � Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of8 1. List equipment you do not own but which is available by renting I DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor. (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of8 8. In what other lines of business are you iinancially 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. I NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF 1N WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of8 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of8 14. Equipment $ TOTAL Similar types of equipment may be lumped together. If your iirm 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 far which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM DESCRIPTION BALANCESHEET VALUE Various- TOTAL CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in farce, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entiry 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 iinancial 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 aff'idavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 00 45 26 - 1 CONTRACTOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW Page 1 of i 2 3 4 5 6 7 8 9 10 it 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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. 103419 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. �K�7��IY 7t�11�C�1� p a(L�C; n ir�7� c;-�'4 �� ,�,� Company .J �s J � O�i� Address �` % 41�C�_4L � , � City/State/Zip � THE STATE OF TEXAS CK�Ii1��l�li���117.177 _� � � By: —��q..� wood �'lease Print)� Signature: v � Title: ,�L Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �,_ , known to me to be the person whose name is subscribed- o the oregs�ng instrument, and acknowledged to me that he/she executed the same as the act and deed of ��,/'�p h�'��Q � �'n � for the purposes and consideration therem express@ and in the capacity therein stated. GIVEN UND R MY HAND AND SEAL OF OFFICE this 9�� day of �� Le r►') � , 20� � � � ��i��� Nota �n and for the State of Texas ro�►�r r���� LUT A RAYELO ����� �O�+Y �u411c, 84N of T�xn �'h� �unNsion E �^'�.,. �E*•` �►a �, 2oz��D �F SECTION nwT�nn ro �seeaio�o CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 1034 f 9 Revised July 1, 201 l 005243-1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 12/9/2025 , 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 Woody Contractors, Inc. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D City Pro.ject No. 103419 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Ten Million, Two Hundred Thirty-Two Thousand, Two Hundred Thirteen and 30/100 Dollars ($ 10,232,213.30 l. Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 620 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 Wark 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 Wark 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 fzve hundred Dollars ($I500) 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 005243-2 Agreement Page 2 of 6 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: L 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 £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sou�ht were caused, in whole or in nart, bv anv act, omission or negli�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification nrovision is snecificallv intended to onerate and be effective even if it is alleged or nroven that all or some of the damages bein� sought were caused, in whole or in part, bv anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 71 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 Texas. Venue shall be Tarrant County, Texas, Northern District of Texas, Fort Worth Division. 7.6 7.7 Authority to Sign. Documents is performable in the State of or the United States District Court for the Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. OFFICIAL RECORD Non-appropriation of Funds. ciTv sECRETaRv FT. WORTH, TX In the event no funds or insufficient funds are appropriated by City in any fscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 005243-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 005243-5 Agreement Page 5 of 6 711 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. 712 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. 713 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 off'icers, 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 authoriry 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. �FFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 oosza3-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractoi• have each executed this Agi•eement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contcactor: By: / S�►� e � � i�o I.✓o o�l� (Printed Name� / �rf,hl�(� .�L 1 Title �5 (� ToU�c r �r � w�— Address I�,r� r�� a- � �.1 1 � ��Q�O City/State/Zip Date 12/18/2025 City of Fort Worth By: ���JU � Jesica McEachern Assistant City Manager O1/16/2026 Date 4pORp�IlII p���'� �� �y°do a �' ° �9dd Attest: 9 °~� °a�° � p�� °=o � \��'f��#R' /, pAP'f °°o o° �` a j ad4n nEXPso4' Jannette Goodall, City Secretary (Seal) M&c: 25-1143 Date: December 9, 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. �` C c� Clayton Torrance, P.E. Professional Engineer Approved�� rm and Legality: Dougl�s Black (Jan 8, 202615:13:07 CST) Douglas W. Black Sr. Assistant City Attoc•ney APPROVAL RECOMMENDED: Clt,� �� f-la,�r�e� Christooher Harder (J�n 6, 2026 09:00:13 CSTI Christopher P. Hai•der, P.E. Director, Water Depaetment OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August l8, 2025 00 61 13 - 1 PGRPORMANCC 40ND Puge i of 2 Bond No. I<42081784 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 l8 19 20 21 22 23 24 25 26 27 28 THE STATE OF TEXAS COUNTY OF TARRANT S�CTION 00 61 13 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we, Woodv Contractors, Inc. , known as "Principal" herein and Vi�ilant Insurance Companv , a corpoi•ate s�n•ety(su�•eties, if more than one) duly authoi•ized to do business in the State of Texas, known as '`Sucety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corpocation created pursuant to the laws of Texas, 1<nown as "City" herein, in the penal sum of, Ten Million, Two Hundred Thirtv-T�vo Thousand, Two Himdred Thirteen Dollars & Thirtv Cents Dollars ($10,232,21330), lawful money of the United States, to be paid in Fort Woirth, Tarcant County, Texas for the payment of which sum well and t►•uly to be made, we bind ourselves, our hei�•s, executors, administ��ato►•s, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has ente►•ed into a ce��tain written contract with the City awarded tlle 9th day of December , 2025 , which Contract is hei•eby �•efe►•red to and made a pa►-t hei•eof for all purposes as if fully set forth herein, to furnish all materials, equipment labo►• and othei• accessories defined by faw, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D, Citv Proiect No. 103419. 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 Orde►•s, under the Contract, according to the plans, specifications, and contract documents thecein refe�•�•ed to, and as welf during any period of extension of the Contract that may be g��anted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in fiill fo�•ce and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shafl lie in 30 Tarrant County, TeYas o►• the United States District Cou►•t for the No�rthern Dist�•ict of Te;cas, Fort 31 Wo�rth Division. CITY OF FOR'r WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419 Revised December 8, 2023 0061 13-2 PL-RPORNIrWCG DOND Page 2 of 2 Bond No. K42081784 This bond is made and executed in compliance with the pcovisions of Chapter 2253 of the ? 3 � 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Texas Gove�•nment Code, as amended, and all liabilities on this bond shafl be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Sui�ety have SIGNED and SEALED this instrument by duly autho►•ized agents and officecs on this the 9th day of December 2025 . ATT . �i•incipal) Secretary `/ � -'��� Witp as to �incipal � , ��° l � � ���'� , '/� Witness as�e Elizabeth Gray V ty PRINCIPAL: WOODY CONTRACTORS, [NC. BY: `Signa � ..-� � t _I _(��t/1 �00�L, ' P?;� / /LT N e and Tit� Address: 650 Tower Drive Kennedale, TX 76060 SURETY: VIGILANT INSURANCE CONiPANY ,J _ BY: � � Signature Kvle W. Sweenev. Attornev-in-Fact Name and Title Address: 5�400 LBJ Frwv, Suite 600 Dallas, TX 75240 Telephone Number: 2 (4-754-0777 Email Address: sureri a.chubb.com *Note: If signed by an officer of the Surety Company, there must be on file a certified e,ctract from the by-laws showing that this person has authority to sign such ob(igation. (f Surety's physical address is different fi•om its mailing addi•ess, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sanitary Se���er Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419 Revised December 3, 2023 oo6i ia-i PAYNILNT [30ND Page I of 2 Bond No. [<42081784 I 2 3 4 5 6 7 S 9 10 II 12 13 t �4 15 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 l�t PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § That we, Woodv Cont�•actors. fnc. , known as "Principal" hecein, and Vi�ilant Insurance Companv , a corporate surety (sureties), duly autho►•ized to do business in the State of Texas, known as "Surety" herein (whether one or more), a��e held and fii•mly bound unto the City of Fort Worth, a municipal corpoi•ation created pui•suant to the laws of the State of Texas, known as "City" herein, in the penal sum of Ten Million, Two Hundred Thirtv-Two Thousand, Two Hundred Thirteen Dollars & Thirtv Cents Dollars ($ ] 0,232,213.30) lawful money of the United States, to be paid in Fort Worth, Tarrant County, TeYas, fo�• the payment of which sum well and trufy be made, we bind ourselves, our heirs, eYecutocs, administrators, successors and assigns, jointfy and seve�•ally, firmly by these presents: 16 WHEREAS, Principal has entered into a ce��tain wcitten Contract with City, awarded 17 the 9th day of December , 2025 , which Contract is heceby refet•red to and made a pa►-t 18 he�•eof for all purposes as if fully set forth herein, to furnish all mate►•ials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract 20 and designated as Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D, Citv P�•oiect 21 No. 103419. 22 23 24 25 26 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 Gove►•nment Code, as amended) in the prosecution of the Wock under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the pcovisions of said statute. 30 C[TY O� FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I�S Ciry Prqject No. 103419 Revised December 8, 2023 0061 ld-2 PAYNILNT [30ND Page 2 oP 2 Bond No. I<42081784 ? 3 4 5 6 7 8 9 � W IN WITNESS WHEREOF, the Pi•incipal and S�u•ety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 9th day of December , 2025. ATTES • i ; / � (Principal) Seccetary Wi s to P�•incipal ATTEST: �C9.4-a-5'+�--1"6'� . (Surety) Secretary Dawn M. Chloros � �X�,�i� _!��l,Vb i /� �.��,' Witness as to Su►•ety Elizabeth Gray � PRINCIPAL: WOODY CONTRACTORS, INC. � BY: �igrt�iu•� � /' �!`� �q� Name a d Title Address: 650 To�ver Dcive Kennedale, TX 76060 SURETY: VIGILANT INSURANCE COMPANY ; BY: ��%jl ,/ � Sign ure �i� Kvle W. Sweenev, Attornev-in-Fact Name and Title Address: 5400 LBJ Frwv, Suite 600 Dallas, TX 75240 Telephone Number: 214-754-0777 Email Address: su�•etv�chubb.com Note: If signed by an officet• of the Surety, there must be on file a ce►-tified e�ct►•act from the bylaws showing that this person has authority to sign such obligation. If Surety's pl�ysical add►•ess is different fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awa�•ded. END OF SECTION CITY OF FORT WOR'CH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS City Pra.ject No. 103419 Revised December 3. 2023 00 61 19 - I MAIN"fLNANCL- BOND Page I of 3 Bond No. K42081784 I 2 3 4 5 6 7 8 9 10 11 12 13 1 �l 15 16 17 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we Woodv Contracto�•s, Inc. , lcnown as "Principal" herein and Vi�ilant Ins�u•ance Companv , a co�•porate surety (sureties, if mo►•e than one) duly authorized to do business in the State of Texas, Icnown as "Surety" he►•ein (whether one o�• mo►•e), a►•e held and firmly bound unto the City of Fo►-t Worth, a municipal corporation created p�n•suant to the laws of the State of Texas, known as "City" herein, in the sum of Ten Million, Two Hundred Thi�rtv-Two Thousand, Two Hundred Thi�rteen Dollars & Thirtv Cents Dollars ($10,232,213.30) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Te�cas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, o�u• heirs, eYecuto►•s, administ►•ators, successors and assigns, jointly and severafly, firmly by these presents. 18 19 WHEREAS, the Principaf has entered into a certain written contract with the City awarded 20 the 9th day of December , 2025 which Contract is hereby referred to and a made part hereof 2 t for all purposes as if fully set fo►•th he►•ein, to furnish all mate�•ials, equipment laboi• and other 22 accessories as defined by law, in the prosecution of the Wo�•k, including any Wock resulting fcom 23 a duly authorized Change Order (collectively herein, the "Work") as provided foc in said contract 24 and designated as Water and Sanita►•v Sewei• Rehabilitation Cont►•act 2020 WSM-D, Citv Proiect 25 No. 103419; and 26 27 WHEREAS, Principal binds itself to use such mate�•ials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will remain 29 fi•ee fi•om defects in materials or worktnanship fo�• and during the period of two (2) years afte►• the 30 date of Final Acceptance of the Work by the City ("Maintenance Period"); and K� 32 33 WHEREAS, Pcincipal binds itself to ��epair or reconstruct the Wo►•k in whole or in part upon receiving notice fi•om the City of the need therefo�• at any time within the Maintenance Period. CITY OF FORT WORTH Water and Sanitary Se�ver Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTfON SPECIPICATION DOCUMENTS City Project No. 103419 Revised December 8, 2023 0061 i9-2 MAINTGNiWCL' f30ND Page 2 of 3 Bond No. I<42081784 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 t 20 NOW THEREFORE, the condition of this obligation is such that if P�•incipal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; othe►•wise ro remain in full force and effect. PROVIDED, HOWEVER, if P►•incipal shall fail so to repair o�• reconstruct any 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 Pcincipal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, vemie shall lie in Tarrant County, Texas oc the United States District Court for the Northe�•n District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CI'CY OF PORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419 Revised December 8, 2023 00 61 19 - 3 MAIN'I EN�WCG 130ND Page 3 of 3 Bond No. I<42081784 IN WITNESS WHEREOF, the Principal and the S�u•ety have each S[GNED and SEALED this 7 3 4 5 6 7 8 9 10 >> �a 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 instrument by duly authorized agents and officers on this the 9th day of December 2025 . ATTE � : �. �Principal) Secreta�y . Witne o Principal ATTEST: �cs.s-�s�—.lr�_ N���_s�.e� (Surety) Secretary Dawn NL Chloros ,�/�� � �,L�✓�j�,�����, ,.�:(" C��.� Witness as to Surety E(izabeth Gray PR(NCIPAL: WOODY CONTRACTORS, INC. BY: ' / re ` �^ D ' �IL'�J' /�P/Lf me and Ti Address: 650 Tower Drive Kennedale, TX 76060 SURETY: VIGILANT INSURANCE CONtPANY i BY: �i�� Signature Kvle W. Sweenev, Attornev-in-Fact Name and Title Address: 5400 LBJ Frwv, Suite 600 Dallas, TX 75240 Telephone Number: 214-754-0777 Email Address: suretv n,chubb.com *Note: If signed by an officer of the Sw•ety Company, there must be on file a certified eYt�•act fi•om the by-laws showing that this person has authocity to sign such obligation. If Surety's physical address is different fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awa�•ded. CITY OP PORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D S"1'ANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Ciq� Project No. I03419 Revised December 3, 2023 Policyholder information Notice IMPORTANT NOTICE To obtain information or make a complaint You may call Chubb's toll-free telephone number foc• information or to mal<e a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM D/SPUTES: Should you have a dispute conceining your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TH/S NOT/CE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AV1S0 1MPORTANTE Para obtener informacion o para someter una c�ueja: Usted puede Ilamar al numero de telefono gc•atis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us D/SPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POL/ZA: Este aviso es solo para proposito de infoimacion y no se convierte en parte o condicion del documento adjunto. Form 99-10-0299 ( Rev. I -08) � ;�:Ii 1=3�=� Power of Attorney I�ecler�il Insw���nc�Cc�m��an� I Vi�il�u�t Insur��n�eGim���inyl I'acifi� In�lemnit� Gm���any \\'est�hest�rl�ire Insw�an«Gmi��anyl:\CI?;\mericanlnsuranceCum���iny Knuw ,�II by'I'hesc Prescnis, ih;U PI?Ul?ItAI. INSL RANCI? COMPAiVY. an In�liana iin'pur:lii�m. VIGII.AN'I' INSURA�VCI�. (;OMPANY. a\i��� 1'urk rnr�i��ratiun. P;\CII�IC IiVI)I?\1N1'I'Y COMI�ANY, a Ik�la�carc ��irpuraiiun, WP.S'fCllliS'I'1?K I+IRIi INSUItr1N(;li CUMPANY and ACI? A\11:RICAN INtiI�ItANCE CO�IPANY i�ir���H'atums ��I thc Ciminunl��calih ul i�rnn;yl�;m�a, J�, ��arh h��rch� r�ms�iiwc an�i ap�n,im: Charles D. Sweeney, David W. Sweeney, Elizabeth Gray, Kyle W. Sweeney, and Michael A. Sweeney of FortWorth, Texas--------------------------------------------------------------------------------------------------------------------------------------------------------------------------- cach :i; �heir iruc ;�n�l la�etid �uurnc�`'-in faci iu e�rruu� under:urh �Iesienati��n in �hcir name+ an�l u� ;illi� ihcn rorpuraie ,rals in an�l deliv��r li�r anil un their hi�hall ;is,urot� there�m ur ��therwi;c. hnnils and imJrr�akin+�. anJ �nhrr �rriun�s uh�i�atur� in ihe na�ure ihercuf �uther than hail hnnds) ci�rn ur rcerw���1 in ihe iuur.�� ��I' hu;�nr�:. ;m�l am in:u um��nu ;um�ndin� nr altrnq� the ,ame, anil ���ns��nts tu �hc mu�fificatiun � ir :d�era�iun ul' an} in:�rument rcfcrred tu in sai�l hun�l, ��r � �bli�at i�m.. I�i 1VIlOctiti 1Vhefcol, <,li�l I�IiDIilfAl, INtiURAiVCI:COMP;WY. VICII,AN'I' INSURANCI? COMPi\iVY. PACII�IC �NUI:MNI'I'Y COMI'ANY. Wl?S'fCl II?S'Pl?K I�IRP.INSURAi�C1�.COMPANY and ACI? A�111?IZICA�V INSUIti��VCli COMPAiVY harr ra� h c�ccutcd anil ��tte�le�l thr,c prrsrn�, and .dliecd ihcir r�irpur;Uc,calz un this 3.1"' �la}' �d October ,"L025. ' � � ��� �` _Q, c_������-�.'� Ruper: HD Su•indelts. As�scant Serretan� +�U�� ��.e��' �! tlu�� �N� 9 'e"`'•'•S (� � 0 4 g��u"`' � �\�'-"�/, •�� • � � �...� +� a�. �►•,�,�3 A.\� ti'I' � ft? �)P �h;�� Jl:it.l.v Cuunt� i�flluntenlun 's J ' �1 � � v ti�c�,hcn �I. Il:m�y. 1 icc I'r�.iJen� ,y���un`p � ..JN .4 . / `Y�'St i • � � � 5 n ,•� �l ��� �' gF�l '� • ,,,� �....� �+�,-� �� �J un ihi, 24n� da� nl'October, 2025 befure me. a�uiary Puhlic �d'\'e�� lersi�y. prr>unall� rann Ruprrt HU ti��indells and tiiephrn �i. Hane�, tu me knu�� n tu be l�sisiant tiern°tar� anil V�ice President. resperti��e11'.�dl�liDl;It:1L I��ASl K.A�ACGCOAIP VAl�. Vll�ll.:A�A'I' I�A�SUIt,A,VCItCUAIP-AA1', I'ACIPH: I�A'Dli.AI��AI'1'1'CO��IPAVI'. AVliS'I`I:{I(?S'I'F:It Plltti I�A�SUt.A\Cf COAIP,1A1' and \Cfi ,1\t1iRIC.\�' 1\til R,\\CP. C���II�:\�l .�hr cumpanies �� hich rserwed ihe tin�c�oin� Pu�rer uf Uturnel, ;uid the said Rupert fil»�cindells .md S�ephrn �I. I Ianel'. hein+: h� me dul� s��urn. severallt and each fur him.el(diJ ��epn�e and,a�' that Ihet' are \ssistant Serrrlar�' an�l l icr Presulen[. msperlicely. ol' I'Ir.l)l:R:\I, I\Sl It \\C[: CO\9P1�1. \'IGII.\�'I' IA�tiU2.1ACGCuAIPVVl'. I'�ACll�lf. I.ADP.AIVI'i'1' C(1\�IP.ANl', A1'l:ti'll'lll{ti'I'ff: PIKIi IV�l R.-AA'CEC(l�AII'VAl� and �ACli AAtliRl(:AV� IAtiUt \.A�Cl? CO�AIP.AV�1� anil I:nu�a lhec��r�iuratc scals thereul'. �hat the iral, allhed tu ihe fureguin�; I�o�rer �,I' \UurneF are such inrpnra�e:ral, anil �eere �hrrein:Uli�rd b} auth��ritp of,aiil Cumpanie.: and �ha� their:i�;naiures a.;uch �iilicer. �rcrc Jul� alliced and subscrihc�l b} like authurit}. �otarial tieal 4y �. to�, P �' iAHY Z y s• PUOI�L� � JER�' Stety J loltln HOTIAY PUBIK OF HEW 1ERSfN �. �� GdiY�ISSIOH E�IRES OCT 15, 2026 7 � �/ �� / Noinry� Puhlic d crirrn�icn•rioN Fe,ululiun, aJopled b1' lhe Buards nl Direchir, nl Pf�:DGft:\L 1\ti� It;\\CI'. CO\II' 1Vl'. VI(�IL,1\1' I\til:ft \\CG f,O\II'.\\1'. an�l PAt:IFIC IVUI?\I\I'I'1' C(1W(',\\1' un \u}�usl :iU, 3t111;: \l'l:Sl'l:l II':S'I'Iil: PIRB I\til R,\\CI? Cl)kll':\i\l' u0 DcCC�llbeP II, ZUO(i;,�nd:1C13 ;\\Ililtll;:\\ I\Sl I:.\\CP. CU\IP \Vl' u�t �I;U'ch'�O. _>t1USt: ..RftiU1.44:U. �ha� dic tidloa�ing amhori�auun<rcl;ue io the e�ccutiun. fur .md ��n bi•hall ui the t;ompam. ui bund.. undrrrikiqq,. recoSnizancc.. cunuaa.;md uiher �rrmen enmmitment.+ui the �:nmpam enu•reJ mtu m ihe ��rdin;u�� cuurse nl husine" Ic;irh a"U�rmen Cummiuvent�l: U) �aeh ul �he Chairm;m. �he Pre.adent ;md �he l'ice Prrsidents ni' the Cumpany is hereb� ,mdiurired io e�ecu�e anc \4nuen Cnmmimient fur,md un hehalf ui �he Cump:mc. under the >ral ul ihe Cumpanc nr ulhei�eue. �'_'� I:achJulc;�ppnlneed;worney�i�ri;actuiihe�'omp:mplshereh�audiorizrd�oesecute;u�}�\lriuenCommianemlorand�mhrh,dl'uiiheCumpam�.underd�e<e:dnldieCoinp:m�nruthernise. iu t he eetern that .uJi actiun i. ,mthurized hc ihe ��i;uu nf pu���ers pro� ided li ir in such persnu�s u nuen appuinm�rnt ,is .uch :utorney-m�L�ct. t; ) li;ich ul die Chairin;m. dir I'rr.idem ,md the �'ice Prc,iJenu �d d�e i:ump;m� is hcrch� autliurbeJ. li�r:md �rn hehalf nl theCump:m�, to;�ppulm in ���ritmp ,im pei:.un ihe annrne��- m-t:�c� ul ihe �:umpanc �snh lidl pu�eer and authuriq� w e�ecme liir .md un heh:dl ul �he Cumpanc. under ihr .eal ul'the Cumpam or o�her��i<r.>ucl� ltriurn Conunimiems ul ihe Cumpany ,is ma�� br ,prritied in sueh ���ri�cen ap�r�in�meni. �.�hirh :pvcifiraiiun m:n� be b�� ,eneral icpe ur cla.s ul' \\ ritten Cuuunimicnts ur b� ;perilica�ion ul' one �,r more p;viicidar R'ritten l3munilnicnts. ��!) Gach ul' �he Chainnan. �he Pra.ident and the \'ire Prc idents nl il�e Cumpam is hereby auihurized. ii�r and on hrhall'ul'the Cumpam. tu dele�aic in �viwil �n:m} udirr oilierr uf the Cump,mr ihe authurit� tu e�ecu[e liir and un hehall' uf d�e Cump:m�. under the Compam's ,r:d or ntherni.e, such \i1�ii[en Cumndtmenc uf ihe Cumpan� as arr .pr��ifled In ,uch «�riitrn deleRa�iun. �� hich sprrilii:rtwn m:n� be M�,ener,d �� pr ur da.s uf t\'ri�ren Cummimiems or b� .pecilicatiun ol une ur mure parucular �6nnen Commiuuents. �.51 11�e siunawrr ol any olfierr or othcr pci:+nn c�ecutiqe am l\'riuen Cnnunitmem or appuinunent or JekXatiun pur.�u;mt �n this Riwolmiun.:md ihe �eal nl �he �:omp;m��. ma} I�e �,�Iliaed b� I;�i.imile un wch \\7iurn �:�nnmiunent ur v: ri�ten appnimmrm ��r ilrk7:atiun. F1'�It1lIEIt�iEtiU(.��GD. �hat tlie liir�eom� Resuluiiun sh,dl nnt hedeemedluhr,m��eclusi�eslalemenlulthrpoaer;andauthoritcul'ullicers.rmpL�peesandudirrpenomioacllirrandunhehalfnithe Comp,my. and surh Ite�olution sh�dl nui limii ur utheil�isealf'e�t ihe e�ercise nl am�,uch pu���er ur:iuth��ri�c uU�cr���ise �alidl� ,ianied ur �esied... I. Ruperl IID ti�cinileils. :Assistant Srrretary rd {�I•:DGit:AL I\til�lt:AVCI'. Cl)�A�IP;A�Al'. A%IGILAV'i' I\til R,AVCG Cl)AIP:A�A1`. P,ACII'IC I�ADliA�iV�I'I'1' CU\�IP\Vl'. 4V�L'SI'CIII:S'fBR Plltl: I\�tiUt\VCEl:O\IP\\1'and \CL':\\IBf:ICI\ I�\ti�'R,1\CGCI)�\IP-\\l'lthe"Cuntpanies")doherehp'cerlil� Iha[ li) the li�re�oin�; Itesolutions adupted hp the Buard u( Direcluix of the C�>mpanie, are uve. correct and in fidl liirce and ellect. (iil �he (ore�oiii� Pu��er ul \ttorne�' ic true. currec� .md in lidl I'orce and etlect. Given undrr nry' hand and :e.d. u(said Cumpanies al \vhitehuuse Station. v.l, this ��_ � � r �'�,•��� ��GL�4�'d � 'e�` ���` <` .Q. �`��'� ,"�".""` + `—�� ���ic� � Ru e�t HD Swindells, dsiistant Secretan� P n Tiii: e� r:�r vu� wisi{ iovrhm� Tin�::�i i rirvi u:rry ur n us iu�unue �u� ir•t � s nr:��r �irr�rr, ai,srrra<. ri.ra�r ix��i,u:r � s�r: 1'elephonei')ui;)`.iu3-3a!Et Pa�(4lusl'10:F:SGSfi c•maiL .ure���+�chubbrom Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) oo6izs-i CERTIFICATE OF INSURANCE Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 00 61 25 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standa�d ACORD Certifzcate oflnsuranceform.J END OF SECTION CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1- Definitions and Terminology ........................... 1.01 Defined Terms ................................................ 1.02 Terminology ................................................... Article 2 - Preliminary Matters ........................................................ 2.01 Copies of Documents ................................................... 2.02 Commencement of Contract Time; Notice to Proceed 2.03 Starting the Work ......................................................... 2.04 Before Starting Construction ....................................... 2.05 Preconstruction Conference ......................................... 2.06 Public Meeting ............................................................. 2.07 Initial Acceptance of Schedules ..................................., Article 3- Contract Documents: Intent, Amending, Reuse ......... 3 .O 1 Intent ...... ............ ............. ............ ............ ............. ....... 3.02 Reference Standards ................................................... 3.03 Reporting and Resolving Discrepancies .................... 3.04 Amending and Supplementing Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data ........................................................... Page ......................................1 ......................................1 ...................................... 6 ............ 7 ............ 7 ............ 7 ............ 8 ............ 8 ............ 8 ............ 8 ............ 8 .... 8 .... 8 .... 9 .... 9 ..10 ..10 ..11 Article 4- Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points .............................................................................................. 4.01 Availability of Lands ...................................................................................................... 4.02 Subsurface and Physical Conditions .............................................................................. 4.03 Differing Subsurface or Physical Conditions ................................................................. 4.04 Underground Facilities ................................................................................................... 4.05 Reference Points ............................................................................................................. 4.06 Hazardous Environmental Condition at Site .................................................................. Article 5- Bonds and Insurance .......................................................... 5.01 Licensed Sureties and Insurers ........................................ 5.02 Performance, Payment, and Maintenance Bonds............ 5.03 Certificates of Insurance .................................................. 5.04 Contractor's Insurance ..................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace Article 6 - Contractor's Responsibilities ......... 6.01 Supervision and Superintendence .....11 ,....11 ....12 ....12 ....13 .....14 ....14 .16 .16 .16 .16 .18 .19 ....................19 ....................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ............................................. Services, Materials, and Equipment ........................ Project Schedule ....................................................... Substitutes and "Or-Equals" .................................... Concerning Subcontractors, Suppliers, and Others. WageRates ............................................................... Patent Fees and Royalties ........................................ Permits and Utilities ................................................. Laws and Regulations .............................................. Taxes........................................................................ Use of Site and Other Areas .................................... Record Documents ................................................... Safety and Protection ............................................... Safety Representative ............................................... Hazard Communication Programs .......................... Emergencies and/or Rectification ............................ Submittal s ... ............ ............. ............ ............ ............. Continuing the Work ................................................ Contractor's General Warranty and Guarantee....... Indemnification ......................................................., Delegation of Professional Design Services ........... Rightto Audit ........................................................... Nondiscrimination .................................................... Article 7- Other Work at the Site...... 7.01 Related Work at Site ...... 7.02 Coordination ................... Article 8 - City's Responsibilities .............................................. 8.01 Communications to Contractor .............................., 8.02 Furnish Data ........................................................... 8.03 Pay When Due ....................................................... 8.04 Lands and Easements; Reports and Tests ............... 8.05 Change Orders ........................................................ 8.06 Inspections, Tests, and Approvals ........................., 8.07 Limitations on City's Responsibilities ................... 8.08 Undisclosed Hazardous Environmental Condition 8.09 Compliance with Safety Program .........................., ......................... ......................... ......................... ......................... ......................... ......................... ......................... Article 9- City's Observation Status During Construction ...................................................... 9.01 City's Project Manager ....................................................................................... 9.02 Visits to Site .......................................................................................................... 9.03 Authorized Variations in Work ............................................................................, 9.04 Rejecting Defective Work .................................................................................... 9.05 Determinations for Work Performed ...................................................................., 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 20 .......... 20 .......... 21 .......... 21 .......... 24 .......... 25 .......... 26 .......... 27 .......... 27 .......... 28 .......... 28 .......... 29 .......... 29 .......... 30 .......... 30 .......... 30 .......... 31 .......... 32 .......... 32 ........ 33 .......... 34 .......... 34 .......... 35 35 35 36 .......... 36 .......... 3 6 .......... 3 6 .......... 36 .......... 3 6 .......... 3 6 .......... 3 6 .......... 37 .......... 37 .......... 37 .......... 37 .......... 37 .......... 37 .......... 3 8 .......... 3 8 .......... 3 8 .......... 3 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 Article 10 - Changes in the Work; Claims; Extra Work 10.01 Authorized Changes in the Work .............., 10.02 Unauthorized Changes in the Work .........., 10.03 Execution of Change Orders ...................... 10.04 Extra Work ................................................. 10.05 Notification to Surety ................................. 10.06 Contract Claims Process ............................ Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement.., 11.01 Costofthe Work ..................................................................................................... 11.02 Allowances .............................................................................................................. 11.03 Unit Price Work ...................................................................................................... 11.04 Plans Quantity Measurement .................................................................................. Article 12 - Change of Contract Price; Change of Contract Time 12.01 Change of Contract Price ........................................... 12.02 Change of Contract Time ........................................... 12.03 Delays ........................................................................ Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work 13.01 Notice of Defects ................................................................................................. 13.02 Access to Work .................................................................................................... 13.03 Tests and Inspections ........................................................................................... 13.04 Uncovering Work ................................................................................................. 13.05 City May Stop the Work ...................................................................................... 13.06 Correction or Removal of Defective Work ......................................................... 13.07 Correction Period ................................................................................................. 13.08 Acceptance of Defective Work ............................................................................ 13.09 City May Correct Defective Work ...................................................................... Article 14 - Payments to Contractor and Completion ........................... 14.01 Schedule of Values ............................................................. 14.02 Progress Payments ............................................................. 14.03 Contractor's Warranty of Title .......................................... 14.04 Partial Utilization ............................................................... 14.05 Final Inspection .................................................................. 14.06 Final Acceptance ................................................................ 14.07 Final Payment ..................................................................... 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims ............................................................... Article 15 - Suspension of Work and Termination . 15.01 City May Suspend Work ...................... 15.02 City May Terminate for Cause ............ 15.03 City May Terminate For Convenience Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures ........ 3 8 ........ 3 8 ........ 39 ........ 3 9 ........ 3 9 ........ 39 ........ 40 ... 41 ....41 .... 43 .... 44 ...45 .... 46 .... 46 .... 47 .... 47 48 .48 .48 .48 .49 .49 .50 .50 .51 .51 ... 52 ... 52 ... 52 ... 54 ... 55 ... 55 ... 55 ... 56 ... 56 ... 57 .......... 57 .......... 57 .......... 5 8 .......... 60 .61 .61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 Article 17 — Miscellaneous 17.01 Giving Notice 17.02 Computation of Times . 17.03 Cumulative Remedies .. 17.04 Survival of Obligations 17.05 Headings ...................... ... 62 ... 62 ... 62 ... 62 ... 63 ... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a conteXt consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 2 of 63 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attarney of the City of Fort Worth, TeXas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Ti^ansportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to ar greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractar's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52. Project Manager The autharized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (eXcluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor An individual or entity having a direct contract with Contractor ar with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 7 of 63 L The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labar, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Const�^uction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconst�^uction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, ar(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the eXtent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of eXisting utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, fi^om and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4. 06. G shall obligate Contractor to indemnify any individual or entity fi^om and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in eXcess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without eXpense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or eXclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such eXclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any autd', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the eXtent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Const�^uction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that eXpressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's eXpense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them fi^om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. E. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. F. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 25 of 63 A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause eXists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, fi^om and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infi^ingement of patent rights or copyrights incident to the use in the performance of the Work or resulting fi^om CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an eXemption certificate in lieu of the taX, said eXemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the taX shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: https://comptroller.texas. �ov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, fi^om and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading St�^uctures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accardance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PR(lVi�i(lN i� �PFCIFICALLY INTENLIFTI T(1 OPERATE AND BE EFFF�f'Ti�IF� F,VEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEINr �(liJ(iHT WERF CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENf,F, (lF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PR(lVi�i(ll�� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALT,Y iNTFNnF,n TC) CIPERATE AND BE EFFECTiVF, F,VFN TF iT iS ALLEGED OR PRCIVF,N THAT ALL OR SOMF, C1F THE DAMAGES BEING Cf1U(�H't WF.RF. CAi1SF,n. iN WHOLE OR iN P�$T. RY ANY Af,T. C1MiSSiC1N C)1; �fiF,Nf,F, C1F THE CITy 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the eXpiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, ar will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for WorkPerformed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, eXtended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, eXcept those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accardance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractar will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taXes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order EXtra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, eXcept as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fiX the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fiXed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various partions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.OLC.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the neXt lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the eXtent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: L City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is S u b s t a n t i a 11 y Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work . B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, eXcept that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: L Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; ar 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such eXcess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorparated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the eXtent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made priar to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an eXtension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 �2 00 -1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 18, 2025 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are deiined in the General Condirions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specificarions. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 26, 2025: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, norify City in wriring associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August 26, 2025: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are esrimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: SC-5.03A., "Certificates of Insurance" The enriries listed below are "addirional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: MAS Consulting Engineers, LLC; Multatech Engineering, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100, 000 each accident/occurrence $100, 000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liabiliry Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 $1,000,000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Properry Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry AgreemenY' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: N/A (2) Each Occurrence: N/A Required for this Contract this Contract X Not required for With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other wark or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separarion is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning wark. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addirion, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involvcd in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Commercial Construction Projects) A copy of the table is also available by accessing the City's website at: https:Uapps.fortworthtexas.�ov/ProiectResources/ You can access the file by following the directory path: 02-Construction Documents/Specificarions/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None. SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 26, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Clayton Torrance or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 8, 2024 oiiioo-i SUMMARY OF WORK Page 1 of 3 SECTION O1 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Wark Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Wark necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 oiiioo-z SUMMARY OF WORK Page 2 of 3 � c. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the proj ect construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners ar occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. � c. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION O1 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance ofproposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Speciiication Section or Drawing reference of originally speciiied product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Productexperience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the Ciry 2. City reseroes the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Speciiication Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and speciiied item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and qualiry are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date Remarks Date Rej ected Recommended Received late CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Wark is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. Final Acceptance hh. Final Payment ii. Questions or Comments CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/l8/25 M Owen Deleted Section l.4 B.S..hh, CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION O1 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Wark. 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held whenrequested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting wi11 occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings wi11 be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss speciiic topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. b. c. d. e. Contractor's project manager Contractor's superintendent Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request Engineer's representatives City's representatives Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) Ciry b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 O1 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 SECTION O1 32 16.1 2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the proj ect. This version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 z�' o, W �� �� i� ,� ip � i� �o �� �y ,� i° i� �x CFW - Integrated Program No FTW - Project Manager Pre-Canstructian 8200 Award Constmction Contrec[ 8210 SW PolWhon Prevenhon Plen �Contrec[orPrepere end SubmitJ 8220 SdeWelkThmugh 82 Pr�ConSruchon 8230 NoticeToProceeNPreConstrudionMeehng 8240 PraCon�rudion-PublicMeeting 8250 Mobilization Constructian Contract Execution 83 Constmdion Street 1 Water & SYam 3010 TempWe[er 3000 Constmc[ion StaR 3020 Lay 8" wa[er and s�rvices 3030 Temp Pa�ing Repair a�;� 3040 Excava[ion 3Q50 Stablization 3060 Paving 3070 Rat WOM 3080 Clean up 3090 Sheet 1 Complete Street 2 Water & SYam 3100 TempWe[er 3110 Ley 8" we[er end s�rvices 3120 Temp Pa�mg Repair 3130 Lay 8" Sewer and Sennces 3140 Temp Pa�mg Repair 3150 Stomn Drain & Strudures Paving 3160 Exrava[ion 3170 Stablization � Actual Work ♦ � Remaining Work ♦ � Critical Remaining Work ♦ 38 0 10 1 38 1 � 20 230 230 90 4a 10 0 25 5 4s 5 5 30 20 10 0 113 63 10 15 5 8 s 20 45 s 5 Project Schedule 38 0 10 1 38 1 1 20 230 230 90 40 10 0 25 5 45 5 5 30 20 10 0 113 63 10 15 5 8 5 20 45 5 5 02-Apr-18 02-Apr-18 02-Apr-18 02-Apr-18 02-Apr-18 17-Hpr-18 25-Apr-18 26-Hpr-18 03Ma� 18 03May 18 03Ma� 18 03May 18 03May 18 03May 18 17-May 18 22-Juo-18 03JaF18 0&JaF18 16JaF18 23,llF18 06Aug18 27-Aug18 29-Jun-18 2�JurF18 29-Jun-18 1&,LF18 OEAug18 13Aug18 23Aug18 34Aug18 OS-Oc618 OS-0c[-18 12-Oc618 ♦ Mil�tone o Remainin... ♦ Critical Milestone � Actual L�r... ♦ Complet� Milestone Pmject Ba... I I I"V�` M A ��-oao-�s o ��� 23May-18 396 tl21U,�"12U 0 1&Apr-18 8200 424 02-Apr-18 8200 8230 0 23May-18 396 ` 17-Apr-�8 8220 8240 0 zsnpr-�a az�o a000, azeo b r, 23May-18 8240 3310 81 ` 01-Apr-19 0 01-Apr-19 0 14Sep18 140 2&,L rF18 0 16May-18 3000 3020 0 � 8240 3010,8500 0 _ 21-d1rr18 3010 3030 0 2&Jan-18 3020 3040, 3100 0 10.Seµ18 140 1&JuH8 3030 3050 110 20.Ju1-18 Ju4u aob0 110 31-Aug18 3050 3070.3180 110 31-Aug18 3060 3080 140 14Sep18 3070 3090 140 1aSe�18 3080 8510 140 1Q�ea18 77 27Se�18 67 1&Ju�18 3030 3110 0 03Aug18 3100 3120 0 10-Aug18 3110 3130 0 22-Aug18 3120 3140 0 23Aug18 3130 3150,3220 0 27-Sep18 3140 3160 67 1Q�ec-18 77 11-0d-18 3150 3170,3250 67 1&Oc618 3160 3180 77 Data Date: 30-Mar-18 i��ui�A�s�o�N�oI��F�M�A�M����uqA�s�o�N�o ��F � I � � j ��, ��, ��, ��, � 1 CIP-01B - Neighborhood Street ��R�I' W�17�I'H0 Construction Baseline Schedule Example n � � � � C�i � � z '0 � � c;i m � � i��1 x Cr7 d C." C" m I � � m r m �m y� o co � w N N b� rn � m .- z�' o, W �� �� i� ,� ip � i� �o �� �y ,� i° i� �x CFW - Integrated Program 3190 Rat WOM 3100 Clean up 3210 Street2Complete Street 3 Water & SYam 3220 TempWe[er 3230 Lay 8" wa[er and s�rvices 3240 Temp Pa�mg Repair Paving 3250 Exravation 3260 Stablization 3270 Paving 3280 Rat Work 3290 Clean up 3300 Street 3 Complete Street 4 Water & SYam 3310 TempWe[er 3326 L� A"w�k� e�a �N��� 3330 Temp Pa�ing Repair 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 3350 Lay 8" Sewer Lines L-3212 & L-8355 and Services 3360 Temp P�ing Repav a�;� 3370 Exrava[ion 3380 Stablization 3390 Pamng 3400 Rat Work 3410 Clean up 3420 Street4 CompletefSubstanhel Complete Inspections 85 Inspection dbUU Inspection 8510 Finallnspedion 8520 CompletePunch�stTasks � Actual Work ♦ � Remaining Work ♦ � Critical Remaining Work ♦ � �o 10 0 80 13 4 8 1 50 5 5 20 20 10 0 134 69 6 �b 3 20 15 5 so 10 10 20 20 10 0 276 z�s 125 10 30 Project Schedule 02-Nov-18 03�ec-18 3180 3200 27�Vov-18 1Q�ec-18 3190 3210 1Q�ec-18 3200 8510 3QAug18 24-�ec-18 3QAug18 1&Se�18 3QAug18 05Se�18 3140 3230 06Se�18 17Se�18 3220 3240 1&Sep18 1&Sep18 3230 3250,3310 12-0c[-18 24-0ec-18 12-Oct-18 1&Oct-18 3240, 31t 3260 19-0c[-18 2FrOc[-18 'J��iJ 3270 26-Oct-18 26Ncv-18 3260 3280 1FrNov-18 17-0ec-18 3270 3290 11-Dec-18 24-0ec-18 3280 3300 24-�ec-18 3290 8510 1&Se�18 01-Apr-19 1&Se�18 27-�ec-18 1&Se�18 26Se�18 3240, 82! 3320 21-Se�1$ 2¢oct-i8 9316 333a 2SOcP18 2&Oc618 3320 3340 30-0c[-18 2&Ncv-18 3330 3350 23Nov-18 19�ec-18 3340 3360 24�ec18 27-0ec-18 3350 3370 07-Jao-19 01-Apr-19 07-Jao-19 1&JarF19 3360 3380 22-Jao-19 04Feb19 �J'�70 3390 0`Feb19 04-Mar-19 3380 3400 2&Feb19 2`Mar-19 3390 3410 1&Mer-19 01-Apr-19 3400 3420 01-Apr-19 3410 8510 03May18 O�Jarr19 03May-18 OSJan-19 USMay1�5 2SMar-19 9UUU �371U 02-Apr-19 1FrApr-19 3420, 33c 8520 16-Apr-19 2&Nray-19 8510 8530 20 10 0 80 13 4 8 1 50 5 5 20 20 10 0 134 69 6 �d 3 20 15 5 60 10 10 20 20 10 0 276 276 115 10 30 ♦ Mil�tone o Remainin... ♦ Critical Milestone � Actual L�r... ♦ Complet� Milestone Pmject Ba... Data Date: 30-Mar-18 ����in��aw���u������� �� ! ; 77 I � I I � __ - _______;_ _ ___ ______,__________,__________,-___________ __ � _ _ _____ 77 ; ' � � """"'I , 60 � � � � 0 -- - --------� --� ---------------�-�---------- ---------- , 0 ; �; _ __ _ ______ __________ __ - _______; ________________ __ _ _ 67 I____ __ I I I I 67 �'� �'� �'� 67 ��, �', �', . __ _ _______________ ___� ___-______-______- 67 I I I I 67 �I �I �I �I 67 �I �I �I �I � __ _ _______________ ___�____-____ _____- 67 I ""' '� ' ' 0 o'�, '�, '�, '�, __ - _______;_____ _ '_______________ '__ _ '_ •___________ 0 ; . __�, _ �, - _____�, _________I 0 I 0 ____________________ � � _ . _______________________ 0 I I I I o ' ' ' ' 0 I I I � n __ _ ___________________ ____ _________ �____ _,__--____ , -_____ 0 0 I I I I 0 _ ___________________ ________ _ 0 I I I I � I I I o ' ' ' ___'_;______ � � _ ' ,__'___"____'.' _ '___';______, 0 I I I 0 I I � � I �� '�� �'� 5 ---- ---- - --- --- --- - - --------------- 0 o , CIP-01B - Neighborhood Street Construction Baseline Schedule Example FORT WORTHO n � � � � C� � � z '0 � � c;i m � � i��1 x � d � C" m I tr� � m r" m �m y� o � �W w N b� rn � m .- � � C ^ o. i c � � �� .f c W ' N � o� n� z` o c w ; A � � � ] 3� �� 10 .� JO �� �y ;� 3� :� :x CFW - Integrated Program yc[Niry iu I HcnviTy Name 8530 FinalWalkThroughforCompletedPunchListTasks 8540 Constmdion Final Complehon qoseart 90 Clo�out Corstrudian CorNad qoseout As-BeiR Swvey 9100 AsBuitt Survey (Submitted by Contredof] Cat�act Gaseoud 9110 ConhactReconciha[ion 9120 Submittals(PmjectClaseoutDocumentation} 9130 9140 FinalCons[mctionContradln!roicePaid 9150 Constmdion Conhad ao�d 9160 LessronsLeamed � Actual Work ♦ ♦ Mil�tone � Remaining Work ♦ ♦ Critical Milestone � Critical Remaining Work ♦ ♦ Complet� Milestone I UU I kU � � 0 0 135 135 135 135 135 135 5 5 5 5 135 135 30 30 38 38 I 0 0 1 1 0 0 1 1 Project Schedule 5rarc I Finisn I Nredecesscl successors OS-Jun-19 OS,Ln-19 8520 8540 OS,llrr19 8530 9100,9110 OfrJuo-19 17-�ec-19 OFrJuo-19 17-0ec-19 OfrJuo-19 17-�ec-19 OCrJuo-19 12-,LrF19 OCrJurF19 12-,LrF19 8540 9110 OFrJuo-19 17-0ec-19 OFrJuo-19 1&JuH9 9100, 85 9120 13JaF19 11-Seµ19 9110 9130 230ct-19 9120 9140 14-Nov-19 14-Nw-19 9130 9150 14-Ncv-19 9140 9160 17-0eo-19 17-0ec-19 9150 Data Date: 30-Mar-18 oial 2018 20�9 202Q R o s, M A � M � J �J ul � A � S � O � N � � I J � F � M � A � M � J �Ju I � A � S � O � N � � J � F o �' 0 I I I 0 I I I I 0 -- ---------- �- ----------- - - ------- - � ------ 0 �'� �'� '� '� 25 '� �'� �'� �'� ' � � ��.___� � � ---------� �---- ----�----------� 25 I I _ I 0 I I I I 0 I I I , ,__-______-, ,__--_____- _ _, 0 I I 0 �'� �'� �'� 0 �', �', �', ,__-______-, ______________________ _____________ 0 I I I I 0 I I I I o Remainin... FORT ►1�ORTH�, � A�t„a� ��,,... CIP-01B - Neighborhood Street Project sa... Construction Baseline Schedule Example n � z � � � � � � 0 z b z 0 c� z m � � � c� x � d c r m i m a � m r � m �m y� o �, a W A i-�- N b� rn � m .- O1 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESSEXAMPLE Page 1 of5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 SECTION O1 32 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART 1 - GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the proj ect. This version of the schedule is referred to as a"progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 13, 2021 � � C. � �C C i �t :c .-� c W� N F O l n� z` o c w ; A � � � � 3� + •G' 10 .� �� �� �y ;� j� i � :x CFW - Integrated Program No FTW - Project Manager Project Schedule uJ I -,_ I -iy_Pa�e� I-_-�o�eT�vrtl�_�_c�tc-in�.i Cbmlt Pfe-CanstfuCtlan 38 11 02-Apr-18 23Mey-18 8200 Award Constmction Contrec[ 0 U 1UU�k 02-Apr-18 8220 Sde WelkThrough 1 0 10040 02-Apr-18 02-Apr-18 8210 SW Pollufion Prevenhon Plen �Contrec[orPrepere and SubmitJ 10 0 10040 02-Apr-18 1&Apr-18 8230 NoGceToProceeNPreConstrudionMeehng 1 0 10090 17-Apr-18 17-Apr-18 8240 PraCon�ruchon-PublicMee4ng 1 0 10040 2�Apr-18 2�Apr-18 82 PraCon�rudion 38 11 090 02-Apr-18 ?3May-18 8250 Mobilization 20 11 50� 2FrApr-18 ?3May-18 COnshllCtlan COfltfaCt EXeCufion 230 230 03May-18 01-Apr-19 83 Constmdion 230 230 090 03May-18 01-Apr-19 $treet 1 90 90 03May-18 14Se{r18 Watel&SYortn 40 40 03May-18 2&,Ln-18 3000 Constmc[ion StaR 0 0 090 0&May-18 3010 TempWe[er 10 10 090 03Mey-18 1&Mey-18 3020 Lay 8" wa[er and s�rvices 25 25 090 17�vley-18 21-,Lrr18 3030 TempPa�ingRepair 5 5 090 22�1un-18 2&,Lo-18 Paving 45 45 03Ju1-18 10.Se�18 3040 Excava[ion 5 5 090 Q4JuF18 1�,LF18 3Q50 Stablization 5 5 090 1FrJul-18 20.,LF18 3060 Paving 30 30 096 23Ju1-18 31-Aug18 3070 Rat Work 20 20 046 OFrAu�18 31-Aug18 3080 Clean up 10 10 090 27-Au�18 1aSep18 3090 Street 1 Complete 0 0 090 1aSe�18 $treetp 113 113 2&Jun-18 1Q�o-18 Watel&SYortn 63 63 2&Jun-18 27-Se�18 3100 TempWe[er 10 10 090 2&Jun-18 13,LF18 3110 Ley8"we[erends�rvices 15 15 090 1FrJu�18 03Aug18 3120 TempPa�ingRepair 5 5 090 OFAug18 10-Aug18 3130 Lay 8" Sewer and Sennces 8 8 090 13Aug-18 22-Aug18 3140 Temp Pa�ing Repair 5 5 090 23Aug-18 23Aug18 3150 Stomn Drain & Strudures 20 20 090 34Aug-18 27-Se{r18 Paving 45 45 0`Od-18 14�c-18 3160 Exrava[ion 5 5 090 0`Od-18 11-0c[-18 3170 Stablization 5 5 090 12-Od-18 1&Oc618 � Actual Work ♦ ♦ Mil�tone o Remainin... 02-Apr-18A 1rMey-18 400 U1-Hpr-1 tl H 02-Apr-18A 02-Apr-18A 02-Apr-18A 13Apr-18A 17-Apr-18A 17-Apr-18A 19Apr-18A 19-Apr-18A 02-Apr-18A 1�rMay-18 85 1&Apr-18A 1�rMay-18 85 01�vlay-18 2&Mar-19 0 01�VIay-18 2&Mar-19 0 01�vlay-18 OfrSep18 140 01�VIay-18 26,Ln-18 0 01�VIey-18 0 01�VIey-18 14Mey-18 0 1`rMey-18 19,1an-18 0 26,Juo-�8 26J.in-18 0 05JuF18 OFrSep18 140 OSJuF18 11�1uF18 110 12-JuF18 1&Jul-18 110 13JuF18 23Aug18 110 02-Aug18 2&Aug18 140 2&Aug18 OfrSep18 140 0&Se�18 140 27�1uo-18 06�eo-18 77 27�1urF18 2rSe�18 67 27�1urF18 11�1u�18 0 12-JuF18 01-Aug18 0 02-Aug18 0&Aug18 0 0&Aug18 24Aug18 0 21-Aug18 27-Aug18 0 2&Aug18 2�Sep18 67 03-Od-18 06�ec-18 77 03-0d-18 09-Oct-18 67 10-Od-18 16-Oct-18 77 Data Date: 30-Apr-18 6 U 0 0 0 4 6 6 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 ( ', ', ', ', ', ` I I I I I , i'_'__''___"__"`__'`___'___ _ J �I �I �I �I �I � i 1 ' _ CIP-01P - Neighborhood Street FORT WORTH�, � Remaining Work ♦ ♦ Critical Milestone � Actual L�r... � Critical Remaining Work ♦ ♦ Complet� Milestone Project sa... Construction Progress Schedule Example m w� �°n � � � :� :� 7ti � � C. � �C C i �t :c .-� c W� N F O l n� z` o c w ; A � � � � 3� + •G' 10 .� �� �� �y ;� j� i � :x CFW - Integrated Program 3190 Rat WOM 3200 Clean up 3210 Street2Complete Street 3 Water & SYam 3220 TempWe[er 3230 Lay 8" wa[er and s�rvices 3240 Temp Pa�mg Repair Paving 3250 Exravation 3260 Stablization 3270 Paving 3280 Rat Work 3290 Clean up 3300 Street 3 Complete Street 4 Water & SYam 3310 TempWe[er 3326 L� A"w�k� e�a �N��� 3330 Temp Pa�ing Repair 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 3350 Lay 8" Sewer Lines L-3212 & L-8355 and Services 3360 Temp P�ing Repav Paving 3370 Exrava[ion 3380 Stablization 3390 Pamng 3400 Rat Work 3410 Clean up 3420 Street4 CompletefSubstanhel Complete Inspections 8500 Inspection db1U Nnallnspection &520 CompletePunchListTasks 8540 Constmdion Final Completion � Project Schedule uJ I -,_ I -iy_Pa�e� I-_-�o�eT�vrtl�_�_c�tc-in�.i Cbmlt �0 20 10 10 0 0 80 80 13 13 4 4 8 8 1 1 50 50 5 5 5 5 20 20 20 20 10 10 0 0 �� �� 69 69 6 6 ' zd 3 3 20 20 15 15 5 5 so 60 10 10 10 10 20 20 20 20 10 10 0 0 276 276 225 225 1U 1U 30 30 0 0 090 02-Now18 03�c-18 090 27�Vw-18 1Q�o-18 090 14�c-18 3QAu�18 24�o-18 3QAug18 1&Se�18 090 3QAug-18 OrSe�18 090 OFSeo-18 17-Se�18 090 1&Se�18 1&Se�18 12-0d-18 24-�a18 096 1&Od-18 1&Oct-18 096 130d-18 2�Oct-18 090 2FrOd-18 2FrNov-18 0°6 1FrNo%18 17-�o-18 090 11-Deo-18 24�o-18 090 24�o-18 1&Se�18 01-Apr-19 1&Se�18 27-�o-18 090 1&Se�18 2&Se�18 69� '�7�`e�1� 2�6cf f$ 096 2`rOct18 2&Oct18 090 3o-Oct 18 2&Nov-18 090 23Nw-18 13�a18 090 24�ec-18 27-�o-18 07�1an-19 01-Apr-19 090 07�1an-19 1&�rF19 046 22�1an-19 04Fe1�19 090 0`Feb19 W-Mar-19 090 2&Feb19 2`Mar-19 090 1&Mer-19 01-Apr-19 090 01-Apr-19 O�May-18 Q�,Lrr19 090 03May-18 2�Mar-19 UYo U"1-Hpr-1S 1�Hpr-1S 096 1FrApr-19 2&May-19 096 OFr,Ln-19 31-Od-18 21�1ov 18 2&Aug18 2&Aug18 2&Aug18 04Sep18 14Sep18 10-0d-18 10-Od-18 17-0d-18 24-Od-18 14-NOV 1B 07-Dec18 17Sep18 17Sep18 17Sep18 z�se�1� 23-0ct 18 26 Oct 18 27-Nov-18 1&Dec18 03Jarr19 03,1arF19 17�1arr19 ObFeb19 22-Feb19 15Mar-19 01�vlay-18 01-May 18 1�Mar-1y 12-Apr-19 2&Nrv-18 77 a�oao-�s �� o�oeo-�s �� 2o-oao-�s e� 14Se�18 0 31-Aug18 0 1�Se�18 0 14Sep18 0 20.�ea18 67 16-Oct-18 67 23-0ct-18 67 26Ncv-18 6�l v 13�eo-18 67 26�eo-18 67 2o-oao-�s e� 2&Mer-19 0 24-0eo-18 2 24Se�18 0 �21��k1A d 25Oct18 0 26Ncv 18 0 17-0ea18 0 24-0eo-18 0 2&Mar-19 0 16,�n-19 0 31�n-19 0 2&Feb19 0 21aVlar-19 0 2&Mer-19 0 2&Mer-19 0 03,1an-19 0 21-Mar-19 5 11-Hpr-19 U 23May-19 0 03-,Ln-19 0 Data Date: 30-Apr-18 2 z 2 2 2 2 2 2 2 2 2 2 2 2 z 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 2 2 � � � , , , � —� + �--j 3 y_. I _ _� _ i __..'___ � _ _ ___ _________ � Actual Work ♦ ♦ Mil�tone o Remainin... FORT WORTH�, � Remaining Work ♦ ♦ Cntical Milestone � a�t�a� ��... CIP-01P - Neighborhood Street � Critical Remaining Work ♦ ♦ Complet� Milestone Project sa... Construction Progress Schedule Example m w� �°n � � � :� 3� .� 7ti � � C. � �C C i �t :c .-� c w � N; O l n� z` o c w ; A � � � � 3� + •G' 10 .� �� �� �y ;� j0 : � :x CFW - Integrated Program WctNiry IU I Hcnviry Name 8530 FinalWalkThroughforCompletedPunch�stTasks � �n�a��on Closeou[ 90 Clo�out Corstructian Contract Closeout As-Bull Survey 9100 AsBwR Survey (Submitted by ContradorJ CaYraci Cbseout 9110 Contrect Reconcihation 9120 Submittals�Projee[Goseout�oaumentahon) 9130 NohceofCompletionlGreenSheet 9140 FinalConstmchonContractlnwicePaid 9150 Construdion Contred C7o�d 9160 LessonsLeamed � Actual Work ♦ ♦ Milestone � Remaining Work • ♦ Cntical Mil�#one � Critical Remaining Work • • Completed Milestone Project Schedule VU I K� I �mplelt% ILLF'ro�ec[S[artILLYro�ec[hinish 1 1 090 OSJun-19 OS,Lrr19 276 276 090 03May-18 OS,Lrr19 135 135 06Jun-19 17-�m19 135 135 090 06Jun-19 17-�c-19 135 135 06Jun-19 17-�c-19 5 5 06Jun-19 12-�Lrr19 5 5 090 0&Jun-19 12-�LrF19 135 135 06Jun-19 17-�c-19 30 30 090 06Jun-19 1&�LF19 38 38 090 1&Ju�19 11Sep-19 0 0 090 230ct19 1 1 090 14Nov-19 14Nov-19 0 0 090 14Nov-19 1 1 090 17-Deo-19 17-Wc-19 Data Date: 30-Apr-18 STart I Nni9� I IOCaII Vanance-kiL 2018 2019 I��[ Finac F���snoace mWI�IAI��1N��17 I��I�IAI� IN�i�� 03Jun-19 O�,llo-19 0 2 , I 01-May-18 03,llo-19 0 2 �I i I i I 04-Jun-19 13�em19 0 2 ' ' ' - - -----------`- ----`-----'--------- 04-Jun-19 13�ec-19 0 2 �, �, � 04-Jun-19 13�ec-19 0 2 ��, ��, ��, 04-Jun-19 10.,llrr19 25 2 �I I I - - - � �-----�--------- 04-Jun-19 10-,Ln-19 25 2 ; �,___� ; 04-Jun-19 1&�ec-19 0 2 �I I I 04-Jun-19 16Ju1-19 0 2 '' '' - _ }_ ;______._. 17�1uF19 0&Se�19 0 2 � �I I � I 21-0cP19 0 2 '� '� '� 12�Vov-19 12-Nw-19 0 2 �� �� �� _ _ �_ �_____ ________ 12-Nw-19 0 2 ..-, __._,, , ___.I 13�ec19 1��ec-19 0 2 �� �� I o Remainin... FORT WORTHo � � Actual �e,r... CIP-01P - Neighborhood Street � Pro�ect Ba... Construction Progress Schedule Example o �n � :� ;N : �, 7ti O1 32 16.2 CONSTRUCTIONPROGRESS SCHEDULE—PROGRESSEXAMPLE Page 5 of5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D Revised August 13, 2021 CPN 103419 01 32 16.3 — PROGRESS NARRATIVE Page 1 of 1 SECTION O1 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Project Name: City Project No: City Project Manager: II Date Issued: Contractor Company Name: II Contractor Schedule Contact: A. List of activities changed in the reporting period. 1. (insert texthere) 2. (insert texthere) 3. (insert texthere) 4. (insert texthere) 5. (insert texthere) 6. (insert texthere) B. List any potential delays and provide mitigation actions 1. (insert texthere) 2. (insert texthere) 3. (insert texthere) C. List any actual delays and provide recovery actions 1. (insert texthere) 2. (insert texthere) 3. (insert texthere) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D Revised August 13, 2021 CPN 103419 Page 1 of 1 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 2 3 PART1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION Ol 32 16 CONSTRUCTION SCHEDULE 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 11 B. Deviations from this City of Fort Worth Standard Specification 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— GeneralRequirements 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effectivemonitoring of progress and is input to critical decision making by the project managerthroughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as requiredby the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 33 34 35 36 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. ProjectSchedules CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompassesthe 2 entire scope of activities envisioned by the City to properly deliver the work. Whenthe 3 City contracts with a Contractor to perform construction of the Wark, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the masterproject 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. MasterProjectSchedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the developmentand 14 maintaining a master project schedule for each project. When the City contractsfor 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned CityProject 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule far the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design notrequired) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as-needed basis. 41 42 2. Tier 2: Small Size and Short to Medium DurationProject 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their workeffort. 46 The Contractor issues to the Ciry, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the proj ect at a level of detail (generally Leve13) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Proj ect 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 proj ect. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline" schedule andissue 11 monthly updates to the City Project Manager (end of each month) as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfilltheir 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the `Baseline" schedule and is the basis against which allprogress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the Ciry's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification O1 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status ofthe 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts eachprogress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification O1 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 O1 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. Schedule Framewark - The schedule will be based on the deiined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name ofthe Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline(if a baseline schedule) or the year and month (if a progress schedule), as shownbelow. • Baseline Schedule File Name Format: City Project Number_Project Name_Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_O1 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018_O1 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layoutof the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for ScheduleDevelopment 11 The scope of wark to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1- 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractar will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to thisrequires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a newactivity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until acceptedby the City. K. City's Work Breakdown Structure WB� ("ode WB� Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.3010 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental �:XX����.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations �:XX����.40.20 Condemnation �; �x:XXX.70 Utility Relocation �:XX����.70.10 Utility Relocation Co-ordination �; �x;XXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution �:XX����.80.85 Inspection �:XX����.80.86 Landscaping XXXXXX.90 Closeout XXXX���.9010 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-7 CONSTRUCTIONPROGRESSSCHEDULE Page 7 of 10 1 Activitv iD Activitv Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Trafiic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Trafiic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignmentof 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 ScheduleFormat The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project far scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Speciiication Ol 32 16.1 Construction Project Schedule Baseline Example), including activitypredecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule far their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at ZeastS working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) bythe last day of each month throughout the life of their work on the proj ect. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Project Manager and ProjectControl Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013216-9 CONSTRUCTIONPROGRESSSCHEDULE Page 9 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format providedin Specification O1 32 16.3 Construction Project Schedule Progress Narrative. Thecontent of the Construction Project Schedule Progress Narrative should be concise andcomplete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in theCity's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued bythe City, no further progress schedules or construction status reports are required from the Contractor. 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 21 22 23 24 25 A. The person preparing and revising the construction Progress Schedule shallbe experienced in the preparation of schedules of similar complexiry. B. Schedule and supporting documents addressed in this Specification shall beprepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 110 FIELD [SITE] CONDITIONS [NOT USED] 28 l.11 WARRANTY [NOT USED] 29 112 ATTACHMENTS 30 Spec O1 32 16.1 Construction Project Schedule Baseline Example 31 Spec O1 32 16.2 Construction Project Schedule Progress Example 32 Spec O1 32 163 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 01 32 16-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised October 6, 2023 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION O1 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 013300-1 SUBMITTALS Page 1 of 8 SECTION O1 33 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: L General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1 11 1: : 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified �eld measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8'/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certiiication b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 F 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curoes and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curoes and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution c. � Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with a11 other associated wark and trades, far selecting fabrication processes, for techniques of assembly and for performing Wark in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals wi11 be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 c. � 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as iirst submittals 1) Corrections other than requested by the City 2) Marked with revision triangle ar other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews wi11 be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractar to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups L Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Quali�cations 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFP' followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 12/20/2012 D. Johnson SUMMARY OF CHANGE 1.4.K8. Working Days modified to Calendar Days CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 35 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notiiication 12 f. Public Notifcation Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coardination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1— General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The wark performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) AdditionalInsurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is speciiically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines � 3 � 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 � c. a) Maintain an accurate log of all such calls to power company and record action taken in each case. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines No personnel may work within 6 feet of a high voltage line before the above requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 https://www.tcea.texas.�ov/assets/public/nermittin�/air/factsheets/permit-factsheet.pdf 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 D. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notifcation 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 44 G. Public Notifcation Prior to Beginning Construction CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice ar flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will talce place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. 48 I. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certiiicates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION I DATE NAME 8/31/2012 D.Johnson 3/11/2022 M Owen 13 Revision Log SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safery Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Speci6cation requirements. Clarify need far Door Hangers under in addition to contractor noti6cation of public. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 O1 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) 1 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR�S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 1 l, 2022 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 0 �a EXHIBIT B ���R��vRT�� �: DOE I'!O. XXXX Pro,ject llame: I�IOTICE OF TEMPORARY WATER SERVICE II�ITERRLiPTIOI�i DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND • IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 4 CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 11, 2022 Ol 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: L Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the %rst Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 9, 2020 Ol 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 9, 2020 oi so 00 - i TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll oi s000-z TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power seroice or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance ar health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 L Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Wark from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 Ol 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION O1 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMIVIARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specific ation 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMEIVVT PROCIDLTRE� 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 RF.F'ERENC ES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the currentreference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMI1vISTRATTVE REQLTIRIIVIENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic controlplans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic controlplans are not included in the Drawings, prepare traffic 34 controlplans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 Ol 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) canbe used as an alternative to preparing project/site specific traffic controlplan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Controlplans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for consiruction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 L In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MCJTCD). 29 30 31 32 33 34 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Warks Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 Ol 55 26 -3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DEI,IVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2- PRODUCTS [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 11 12 END OF SECTION � Revision L,og IDATE NAME SUMMARYOF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of per�nit CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures far Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 Ol 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: L Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Priar to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the Ciry as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the Ciry Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 Ol 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section Ol 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll Ol 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log 1�7:r��►/:�ul Y�lulu/�:�•��]��O/�►[�'f�! CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll o i 60 00 PRODUCT REQUIREMENTS Page 1 of 2 SECTION O1 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Uapps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on Ciry's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain proj ects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 9, 2020 o i 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 10/12/12 D. Johnson 3/9/2020 D.V. Magana SUMMARY OF CHANGE Modified Location of City's Standard Product List Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 9, 2020 oi 66 00 - i PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll oi6600-z PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Wark or existing facilities and to maintain free access at all times to all parts of Wark and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site priar to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 017000-1 MOBILIZATION AND RGMOBIL[ZATION Page 1 of 3 2 3 PART1- GENERAL SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 L Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised November 22, 2016 017000-2 MOBILIZATION AND RGMOBILIZATION Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 l. Mobilization and Demobilization 29 a. Measure 30 1) This item for Water/Sewer improvements is considered subsidiary to the 31 various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 l.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised November 22, 2016 017000-3 MOBILIZATION AND RGMOBILIZATION Page 3 of 3 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 7 DATE ll /22/16 8 END OF SECTION Revision Log NAME SUMMARY OF CHANGE Michael Owen 1.2 Price and Payment Procedures - Revised specificarion, including blue text, to make specification flexible for either subsidiary ar paid bid item for Mobilization. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION O1 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 0 c. 1) Measurement for this Item shall be by lump sum. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment far "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Survey". CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakin� — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O1 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City (refer to O1 71 2316.01 — Attachment A— Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Suroeyor (RPLS) responsible for the wark (refer to O1 71 2316.01 — Attachment A — Survey Staking Standards) . 2. Contractor sha11 submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project iinal inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coardination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibiliry to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 2501inear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-graviry facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) 2) W a) b) c) d) e) � g) h) i) Rim and flowline elevations and coordinates for each manhole ter Lines Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire hydrants Valves (gate, buttexfly, etc.) Air Release valves (Manhole rim and vent pipe) B1ow off valves (Manhole rim and valve lid) Pressure plane valves Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 31 INSTALLERS A. Tolerances: b. c. � e. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. Horizontal alignment on a structure shall be within .O.lft tolerance. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Verticallocations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments sha11 be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractar shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accardance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME 8/31/2012 D. Johnson SUMMARY OF CHANGE Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Stariup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised February 14, 2018 � Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 � Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 � Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Stakin� Supplies Item I Lath/Stake IWooden Hub (2"x2" min. square preferred) I Pin Flags (2.5" x 3.5" preferred) IGuard Stakes IPK or Mag nails IIron Rods (1/2" or greater diameter) ISurvey Marking Paint I Flagging IMarking Whiskers (feathers) I Tacks (for marking hubs) Color WHITE . � YELLOW ORANGE PINK Minimum size 36" tall 6" tall 21" long Not required 1" long 18" long Water-based 1" wide 6" long 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.�ov/itsolutions/GIS/ Look for 'Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS stakin� for concrete, sanitary sewer, storm drain, final �rade, or anvthin� that needs vertical �radin� with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_Easti ng: 1968500.00000000 Fa I se_N o rth i ng: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naminq Convention below F. Preferred Deliverable Format txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 � � � � � � � � L� � w m � � � � � � � 1�1� � w m � � � � � O � J � � � � O U �� � � d � _ U7 � J i17 W J m � Q � � � � � _ r_r7 � � [ri W J � � � � �� � Q � � � W J W EL. = 10D. ��' U7 w � � � d � � D C_] N=5000.�0 E=5000.0� o w z ~ � w o� � � � � � _ � � � � - = O � w � _ � � L� ~ W � � � m w � � � V. Water Stakin� Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 0 � � n � � � � 0 < ro � N � W � c� N � rn � o � � o I r' D � �� v � n fp �� � � � O rt v a�a ID -� � � � m < n O � T N rt N� N � n �• v W � � � r-r � � � Q r� v • � m in � Q i O f7 X� � � m <� m � 0 < 0 N i 0 N V F-� < N � 3 � � � � N �D � � N r+ � 3 .� �R�NT F� � � I T {51QE FACIN� �] N4 FLAGGING REQUIRED � �� � IN LIEU OF BLUE PAINTEa LATH ��IDE FACING �� � a � � � � �R �N T ���� � � tSI�E FACiNG R_6_W.} � � — � — � (SIDE FACING �� � � �, P � � � COMTIMUE STAKING OFFSET DISTANCE � I�ENTIFY ANY + EbERY 200' BACK o � TEES� hAE7ER5 � (SIDE FACING R.O.W.) � �, � GA7E VALVES. � U] — CRQSSES, ETC. — � � T RoiNr � � �ENTERLJNE OF u � � 'I�AZER LJNE + t? r � �., � � Hue E�vnnari - m � o � p i — � � TfP � STAl1ffNING �— � �, �— � 1 + I � 4 W � � � � � � l �y� L1P . T P � IdENT1FIE5 T4P OF PIPE �a �fltS���y ��� n � 9T P���� �� �__� _ ,!� I�ENTIFlES CUT - � � � QR FILL t � �4 � � � � �- � � � �HU6 PAIN7ED 6LUE, FLUSH 'MTH � GR4UMd, Vll�li TACK 4R 6LACK �OT � �4 � � � HUB PA4 TED�BLUE 4VITH � � 9LUE 14HISKERS OR 60� NAIL VATH BLUE '{�HISKER A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 I ��I�T (SI�E FACIN� �) 0 � � fD � � � c� 0 < ro � N v w 3 i� � rn � o � � O � ry D � �, � � n �p S � N� O -O rt n�i fl' D .� � I� � � � f�D ~' < n � � T N r'�+ t�/� fl1 / � n � v 00 �. (� � .-r � 7 � Q (D � <� Q fD N � O n � � x -o � fD <' N � � < O % O N J N FR�f1T (SIaE FACIN� �) 4nd OFF�£T STAIiE FUR ALGNMENT � FdR SSFAH'5 � 0 \ �2nd GFFSET STAKE N FOR kLIGNAiENT � F4R SSFAH�S N FF�C�NT � 4� �SIDE FA�ING �) IJO FL4GGING REQUIRE� MH � 9ak oFFSET STPKE `- GREEN PAIN'fEQ LATF = � F�F2 qLIGNMENT � �RC��1T rE7 � (SIDE FA,CIhIG ��) INH {� 1et CfFSET STAKE — �`, � FiDR PIJGNFAENT ON `� S54AH�5 � �}.1E STAZIOFJIMG AS � FIRST 4FFSET STAhE � 0 F/L N � I � FJL 5 � RI Ai n 0 � —�_— --�- — - 7�� ������SS,,, HU@ PAINTEQ GREEN, FLI15H 111TH �`�J• GRpl1ND, N1TH TAGFi OR 6LAC1C a6T � SANITARY SEWf74 LJNE IOE7JTIFlES MWJH6LE STATIOFJI M G IaE7JT1FIE5 FLDNLJNE OF NOR�1-I PIPE C-RPDE IaENT1FlE5 CUT - OR FILL + FOR NORlH PIPE IQENTIFIES FLOVfIJNE OF 50UTH PIPE GRlDE io�n�Es cu1 - �R FlLL + FCk SOl1TH PIPE IdENTIFIES Rlkl GR�DE IpE7JTIFIES CUT - � Ok FlLL + Tt� T4F OF MANHCIE RFk� � Q' {OPl10NPLj `�` � ;--,,�,�� HU9 PAINTER GREEN W1TH �� � 9LUE IHiISFCERS OR 80D NPJL H1TH BLUE 41HISKER5 ---- � � F9R SSkIH'S + -� � � � � NO 2N6 4FF'SET STAKE F�l� — FOR �NTERLJNE $ �{H FR�NT � ; {51pE FA�IN� �) NE �s --r `i F�l. � � S — n c! RI A1 � r� }? {� Q — � � E �-�� �-, � _ � h � II � � � f ��' RIFA � 9EC4115E STATIONING �.j n BETY+EEN S�AH'S VIAS '��",� � LESS lHAN 4D�'. SPLJT � 6 F� THE �IFFE72QJCE P,N� SET � � i sr.aKe w nie w+ioo� � � typ 9T���' � � � �� ?� l�T � � � � � - � 1� � �� �� ���'s�fS 0�� � �� � TTI X � � fD � � rF a1 .� N � m � � � � � N VII. Storm Sewer & Inlet Stakin� A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FF��NT ��IDE FACING �� 8��� {�oe Fxanc a.aw.j PS71NT # � �� i Hi.e �vnnrn � � � � �, n n m 0 � � r 1 � � � � � � � + � TfC � + 0 G � c7 I � �" IDEMTIFlES ti1HIC�l E7JD OF THE 411NG BEIMG STWCEd iW�er s-r�,nar� pF Wo�o ❑W P�aWs] 16QJT1FlES GRA6E Ta �aa aF c�ae IpENT1FlES CRApE TO FL04NNE � ��i�i {5oE F+wnc a.a.w_} �aWr � � HU9 E1.EYJ,l14M o � 0 � � � n � � � r � � � rn 16E7JlIFlE51lHICH � ENd OF THE 'MNG eor�c s-r�,�€ea � � � + � TJC � + a � � c� I � � �_� � pISTANCES FOR INLETS �_� - STAMdARD 10' - 16' - REC£SSEd 10" - 2{]" SfANdPRO ddJBLE 10' - 25.67 HUB 1NTH TP�CIC ------ RECESSE6 d06JBLE 10= =36=67 — — — — — — — — — — � � � I I 9kCYC OF INLET � FI _. .'1�� .y..'_. _. ..I ii_ .r .3 � i� �3i �. � fFll �� F ��' r� �. : � ❑ b � ��R �°� , 4 � al ..� I � .'A+� ' , � BACK OF Ct1RB ,�• BiuCK OF CURB --------- '1NNG"�':� ,�'{ _ . _ .`k.� . • . _ {� G�. .. . .. _ .. �' . . . , �'141MG, --------- . .. . . __,. y. �. FL�hLINE FACE OF INLET FACE OF INLET FL.Ol4LNE EDGE OF PAVEMENT EDGE 4F PA4fME7JT I I ]�I EaC£ OF PA4Ek1ENT EOGE flF PA4EMENT �R�NT ��IDE FA�IN� �� O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Stakin� A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes �R�NT �SIaE FACING �) FR�NT (SI�E FACING �] 0 O ���� � ia�nFles orFser is ro (SIDE FACING R.4.Y1.) �I 9ACl4 6F Cl1pB oFt F/c r-oR F�,ce oF cur� P�INT �! `�J l n HUB ELEVAl1qN o I BAC FACE OF CURB L ---�� �_—������ FLOWLI NE EdGE OF PAVEMENT 0 � 9JC IOENllFlES S7kRT P� PONT OF fl.1RVATIJRE _ n i, + � iJC � FRONT 16E7J11FlE5 E}16 (SDE FACINC �} T�IN�T�Or FR0�1T d ��pE FACING �} � 0 6C m A PT � o *J� `� 0 � � � iii i � � g�� � � � � � N — � � � � — � � � � Tlc �mPEOF�uraa �� ------ Q I I I I T IJ� GRPi]E ON _� I� I aaaws raNTs ---� k � � � 1 1 NO FLAGGING REOUIRE❑ �—~� � � ti � f� I ti ir� i i�i i n� Rir�� Rair�r�n i aTu ��_� �� + � I �� ����� ��}� �! { t �_ �.� � � r � � $�.r } r f {� r�� ��� � r f r � . �• r r � ` ��'� � . i � { �;���� . • � ! x�r'{f� �� r J �_ --�� TOP DF ClJRB {rr � �� f �� {� �� —` }����{� f�• r � �� ��� I ��� �� � �� �r ��r K QF �URB ��Y� �{—� {r � �{� ��� ��� � � r �� � � Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 0 � � � � � � rt Q � 0 < (D 7 N � W � i--� m rn � o � �, O I r' D � � / N � f'1 � S � � � � O 7 � � rt v fl' D .� � � I� N h-+ C � O �D � y� � T N rNt t�n � n �' N W � � � r-r � 7 � Q fD � < Q (D � � Q j O f7 n v X -p � � C � � � 0 G O F-� / O N V F-� 10' ❑%S 5TAI{E 10' ❑f5 STAKE VYfGRPDE AT W/GRROE RT EUfN STAlION ELEN 5TA119N 4 4 f 4 4 f f � 54' YAA�. �ISTANCE � 5d' AiA][. 61STPNC£ � 50' f�AH. pISTANCE � 54' YAA�. ❑ISTANCE � 5�' IAAH. 61STPNCE � 50' h�A]C. DISTANCE �� �I I I I I I I� I I I I I I I � eaai aF cuRe 9ACK OF dJRB I T—� d I 5D' hIR}€, pISTANCE I� r I I r16� 4fS � � STAIiE / WfGRA6E 10' 4fS AT PC � STPFCE 4�EN� 5�TAi1 DN a`�� / �`�`/ , f IF ARC LENGhi IS BAC#C OF CURB � GREATEFi 1HAN 100', I I R P6C OFFSET STAKE SHOl1L� BE �T Q I S9' hAA�. pISTANCE I Q / �_ 10. Q�S r � � r STW(E b d � W�GRA�E � AT PT 10� �%5 STAIiE ��d' 41�GRADE RT � /T} EbEN STATI4N ��� 15T � E ' I l W/GRAdE f RT PT � Q do----� 3fl' RA�IUS W P41NT �' W/NO 6RADE a � � � d c3 x � ¢ � � u d Q 1�� �� � m STAI{E a WfGRAOE AT E4EN STRTI4N � � � 10 0/S \���� STAKE �•i 41�GRA�E � � 1 �� nT Pc ♦ ' - — — 'b S 30' RA�IL15 W PflINT � W/Np GRApE � F � � 0 � o y2 Y d V � m O '� 16' Of5 � STAIiE � q' W/GftADE AT EVEN STAiION TYP o FR�N T �SIaE FACING �) 0 4 � eje ioENnFies OFFSET IS i� � cu e OF P + a TfC + � IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: City Project Number: Project Name: ❑ OTHER CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As-built Survev A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) elow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 ! 9Z6lZ-X '�1'�Jopass/ g W�/ Of6l0 °N 1.73fONd .CL� '.i-IYSM !!OZ l.?/8"J' �'9 l"7ry9.Tlld3tl N3M35 /ypyWS O7T 1'31VM it §$p tC l� I ��C e�`3 03�� �� � � � Cg � � G �. 91 � 5 ���A� V"��� �¢ � !i8 �°. ' A� � '3 � - �a' �SF g ��� � d�� ��4� �x� � Q�sn �� __ P � s °9�a��;�' � � �� � ����a k6 � 5 ax �� k� �� i I I � �`6 �� s �G�tl � :S �� � �� 4 s@fi za � I a � ; �� � .�a���� q � � �� �� a w��� P � � � }� Sp- � ��� �� �� �a� �H� �� � �� �a"� 5 �� � ��3 ��� �b �6� �� ..�I� � y� �-�����g c � �s �a��°"i �S��g �a ��'"�� � � a�� �� �'° �h cd ���a'__«ra V'qa�'s�3 � s$ w — 3R � a a�:�� ��4e g i� o '" �S �e �@� �� ��� � t� :s`s�a� �� ��— �¢ ��� e ��� �'F���§� : R¢3 �� „�ek° �'e B ��7; i &� � � `3� a" ff� k � � �2 $ m a3 ��6 � L�I� � ��y 3 � � ' � A,� i ����� ���a € ���.� ��� ���;��a��� ������ � � °������ � �' � � a � �s� 3 �� � gl � � 7 � 7� II III I I I II II-�'� f OS•b b1S 3Nl7 H,71'dW � z �`i - I �� II �I �.�. y� .yN r131,°!it' � j� � I I�I �� z:����m�"F i�'l� Tfj /_"—'_�'—'_'{ � �, ��J1 ��, al�� l. s�l a �� � � � �I I I i r i ��� �� � � � � 30 � i i € s. o r- i ii i��:'. I� �i� �� � � ' J I .� W 3 I � � � (` J `, I � s@ aj�f � � � ��`� ����� �`' � 9 • �I �'IT ��. iii I'�� � � qm i � �a � � s r� � � � � ��' ������ �r i �� �� �� � � �'� � , � � � �� $ \� g� �I I III � II�� II I�I' �'� I, � i �'j e,�� �i ��lil illiui� '�,��� � 1 I� �I �� � -. �, � � � � �'� , � i � � � i� ��,� }� � �:, �,`=� il� Filli'��I� lil�ll, �IIII u �iy�-�, � � j iVi��� iI iII �I� il�Ii u � �I _ �° \�� � � !� � i i�� � � ��� il � , � i � i� I ��j�; � � � �I :� �,,: �IIII��I �i �I II����� ��'i�'� ����' �I'���I � � ���� �'''I I � k# i ii I I I i� �\"I I I �I I I �I I II u p t3 �� u `.,� ' r i i � I ii' � r� I� �� �_I' i �, � � i � _ �'. II� � "' �I � �� �� � w' �rl� �� �'� / ��ii � � � �� �,��i�'�I !I ujla��r �a�� �� ��: �����h����. �-�.�r.��n�� m�; � � � �: ,.� 1 � ~` ��� � � I—.�; � , g� ,I �,� .� � L � �� ��� � �;� :� 4 F A ...AJ � � 'i yI— C�m � r s I--- �:�� , I�'I' I I m�Q C � i; ��� a; � f � / .p :I k�a9 ��� �g�t� f �p I � 5 F �p § ��� � � . Y.. � 7 n\��,�'� . � � �u;° � Ffv,� ,l/�°a F ' �-Y—�'�l �� �:� � . w �. ��� � �, i �i a ' ��� � 4 i� !! �� ���s s� �� �� °.�., I; � $ N��g��� \� .;j I f �I � ��� � e;,� � ��\ � jm ��, ia k�5��4°'.�� —§jF9A � � k�;'�� �.,. � F � q �i o g l ro'4 \ ��� �j .. ��; �'� � o��. 6��,H� ,�\. .kgg,y �ff '� k�#p�s "�Oj� A '4��� / � �l� g � �� ��'��� '�j 9.�F �L ¢�� � y d � `5. �e°' �� i Sn w�d � ,�_, � ����� � i lii � I � a > � q Ili � S I_,.: I�� ii�l' !I�';.I I RI � �I �� � �I i i � , � �� �i� ;� �`_ �_ ', r . O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 �A p.�pp -!2 WC tW.CIATLNf RQl S7A O�STA7 - 12'WL fFlGYD dfl .5lA�m '" f2W1-lFLDI'D LW7 - RELCVE 4 SALVM.E £XlST. �yN PRVP.r2�w�PER W7E v�lYE s �vcER �� LriYNECF TO EX15T.8WATFJi � F12X lZr� � INSTALt, F12'SLV.I� SLE:EVE `prY�'"�ZBEND r� r72x �REDGCFR �. S rhl2CY.EN7VKi f1G I �i1Cr� , I-f2'GIPEVA[YE /'�. '_�, � p.69l1l1�663! �J Nd94ID95B44O l Y l 1 •�' . �.�379J792 [ 2251�z73717'34 �� �ar � `� � �� ���. � �� r� w�rn a � wnme,�r a - ��' � ��'� �-• ��, /" ,. .,:a '�. � BLK 6 � L4r 2 Jta wr�++laxFmwwn /1lNinw'1�+s�d� LO1 M#.' L7A'6E9i RENN£ EX15T � I2W,ff4R CP. •If A` � ('�� �c�971PA5�7330 �Er.tu�-� �� �� � �y4 f, l�f' rs�v •+ / � !N. STILU�2B0,'-f2'ML rf-L, JIJr�.J 7NSTA[L t1245YFJ�Y.9EMD . SIAD+96T5 - $'WL � ~J Nf317(1H75125 • 1MSTILL� r E•22�5srTsno • • r 12 x s Ahr1R1R rEE tt:� r, ' h864� VALVE* r ' r Fr� rmr�r.wr ; ri rf sxrnwtivr IFIl1 � I , � N I ��AIEO��E % �' � EsJ2%269239B � � Lor � � r, T8M •2 � ✓4 %///// u�, `�� IZWAT£� . n"�. %� �_.. , . - - � �� �� ��+�`� '-':-, �—�� , µ � � 1 � 59'i � � v i8 • � � � ' � �E � snu�� - EXIS7. G4� YA[yE ' SiA0�3260 - IPW !OT A � rxsr�u: /F 127SYERr BENa ffi''s � ewm aw rm xam � Ni947W7.48.9�7 cmvwxz uc +w. • n8�n»axa� STA O�GlD3 - I�WL fF101'D LiRI INSTALl� !-1� (Id SYJO SI FEVE � 57 1F Ar !P'WA%�R PIPE awxecr m �xrsr, ir w�r� N�694/14.i999 E`._�22,�i3p9$T36 � � �� S1N:�9p�Po N'.FF'fNM.1 :Y'CUT M]T•'.lfn R flur fibn ■ H'�@'�iai "b1'� �� E�p Frry �zs.� ' � ��4 !6'ARIM-ry �i �"1qF��y iP 32GV .� L, 7J1 Y � � - "� � 4 �vu f��r��,�. t� �. _ -� � „ � �1i/;�i�rrr�iii�� � $� �� {T` ._8._ , .__ "" L-.i7/! t7.S55—..�.__"'_' ^'.� � —_ _ — _ 5� . a�J h _. �,_ i b PfnIP05ED S,+wlr,4Rr Sl 5EE SIiEE'r ` yTA o-5756 -!�' I� 5}'A a�58 � IPWI fNSfAt6 lNSIAlL, F12'�6'YEKT 6ENO !-l2�f5'VERr BbllU Ny59f7�55594i N6997OSP.%.53 F'225G �32873 E•225G30�B3�a P. . . ` . . : ` _-� O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 f � i -_ j *�a'�ea.w+. �_I �F,.;.:,k, � S �.' m`�� � �` �. � 6/� ��. "'-9 ��j/ A f �� g� s N S �e: � W � W � � � �.« ,. � �� � ' � Q� _.e... � � O �. y 17WA7fR� - � I � y0�_ iP�F D i � �' '� �� ^ � � ��/R,. �"�����1 r-. � i � ' � f r - f�D �� { � � / - N � Z .�� N G i � � ' • � _�T N � i � � Tp _ � S _ ao ? � � `r fll S �j � , _�� , � � � ��r^� Q � � �r- v : —��; Q ( ' ����� � .�. � . �u � � Q � � ( 1 2 n S � � � �,�, : x Z .. � -�--��-:' : { `= '�x+n r: ( �- '�'"� t' y ' � ( � - ! . -9- 8-g� , _ � ms -- � F 5Ti0 ( � 4 f �cnnsrRucr a�� � oF L ` ���������� R FVC SPNl7AR1' SEIYER M,aN r1 / �� r,,�� r,w - 4 �� ' ' y/ �nE+� � I _ �N°�° � / �.. �.,,;,. � � � ; � � � x � PrmrosEo �r .. �.�,.a...,, , ¢ �+ w.vEA uax Y � , , �� �. see sneer e *�. a:��� ..,,,.,..,� : t ��� ���,���,�.Ea, �^"' � � � � ` �, �� ' p � e — ••••� j I R �'i� I' rmmcs.zcceEuuu�mrss�er. � U . J t � � CLAYTON�O W. , � � � �n �`�\��� --_�.-."- . � ..� 4 CJ �'.M��oz°i % �.. l � � �'.. , � � � M1 ,� � �C .- -� � � �� v`°wa°x`io cw m'",�rmr. a.r„aev e� e.m��w urun�cs � � 1 �.,, eP- � . . e //' . . . . .' . „r.� 4 BEMGHYARNS. 'a II rzwmEn_ . =R...."jr'_ 'il��p �a \ i .�I� S" r mi -n �.,., ux a E.%5a I� � A.W-e.�z �� .� , �.ow��r..r�., .�w.. .. , , . , _ -.e..�- . _ " . . - . _ _ � � _ n �wuuerc va7r � — ..:_ �� — _ — -- ` �� .. ' `\-o.. - �'� - � � r p L��� m �cn �:� ..3. � ��P� r; �� � ��-�—� � e ��' �i e�_nax �„��.�m��.�.�,�,�n " � a�,�.E� _ � � �, a , : � � � � P�. `m'-� � � �,,. �� �q � .�.a � : � +a.. m« S �� ��.,� -�I;� � �I� JV � , ' �i� - _,�El. � �� i -I n n,µ� \\ � �' �, � �ci,�'���n�, i� ` L-3777 & L-3654 E� �� ..6 ME. �� � 0 PROPDSEO 8' SAN. SEWER UNE A �T5` Mnr No. zaie-�no, �ois�, �F c n.� �N�n+�E� $ MAPSCA PAGE NC>. �4[t, S�' W. k' . . . - __ _ - c�`i �$'� A,l -,_ -- _ -- --- _-- -- -�- ��"'`° ER�{`:�"`��,� S�� w _ _ - � - � �- �'.. ;- ' — _ -,-- \_ _. T� ]2i wn�m+ �� reu q .: � r� �~ � �- - J� _ �e � d`%� _".�-�.� I " . ,- -- - _- _ � � _ _ � �� � � � �. �� y�_ � . � � ���� \�:.j_ .. '29 3 I r f�. � i��� I 1 �� _ }e�'�� l �T7 � �Q �i..� � � � �11'Ll� . . ��M►�} '-'. , , � ! ,. . .- j. .. . � _��� . _� �1: T_�_--,-,_ - �.��� ' ���?��` IS 5^�' me r�r�, z� d . ' � I R€Y 61'S I� b �_- ..�-� Y �� - � .Y� ��-���F� �"� �I�� 5V'� Cfts' oF OpI WORT41,9PX�.F � T, .',�3_ - _ -'�� `-� - �� ti— 7- �� � �WAiExFPEPA1tT � � � " ' . -�f � I--� L � �� � ' I_ c»vra Wc� g�-� ''' � �� �� Y ��.��y' �'°� :!q u'n" n fF'°''° ��tl,w' w � �� � I � � . � _ I 1`. ff � _. � ia-- �- . � d� r �. �� �,�� w � � �:_� ��` �� r I - M1 � 1 - ��- �m ��, � -,,,a„o� o��� � '' � �:�� �� � � -�' ��� �-' � _ CLAY'IVN Rll W (�i-],D xdt4A� DA.) �. . � , i I - � a+.� I a >� � � �- ����` T �-I ' } �� i . . '-R�� � �-��-. ays Ur � ,,.� . _o._ !F . �� �L - - �;___��,, _..-- 7 � � .-� i�L �'-`-� � �Man ry stes in _ _e�.,, _ � �� z __ �-�_���f,-,-� --� � a� � �- � - ..�F � � � e.� .w _ R �� � _J� �� � .� _ �� '�`_ -�';`�f`1 �R� a. I k W ._ - - . . - - � .� �f�c..� I a��. 1 � W'� .Yw zoo �'C0 ..,�o�a K, � � ti 3 BLK 29 cor z a/as c�qrao ke n.Fonx�onn {SAN1rAAY S£NFJt s�,v,r.� wi ccEwaur �Mw��n uNmY Es�r � I � ' I � �• ��IQ i ll7I 3 i/ � . aw c.� �m nc w.Far x�w+n �. e,�.�,,,� , �� �� �W - �,�.�� � . Z e o��J W w; �LAYTON RD. W. 4� � �'"`" p�� --- � �E,m � � � - ----- [��(—�� - - _ _ _ �: X `� � � J �-k..5 � � -~- 5 La I -- /Jp mn� ��� �- i.i coq-- z wx � - �. Q r , �i _ ex.+rwmer _„ O p � �ER !2' WA1 ER � ' � LlNE A - L•3654 , � � � -g•-- �' � O ' Z t =� =t� � � � ];,�. � ,� ,__l� ;-'._:� - � �� ��-<V' �� _� � ' � " . � -Z=3a�;, � . a s_ . � � _ ` _ � . � �w � Wlro '� u� Co.rd _ — — �WN �� �.����1` � a� _ ��� i / r� � 55 i � �� , P � �6h � /� V / � . fy�'� F� / � , . / �'� � a.: �s�� � J� � � '� ,�� Qw. 1zGN liFMavE Er157. d SNL SE11EA �P� P,�,� �s� sr�r�sr.b - ass ux� n- tor z �rrsr. srao�aac-snf- "°• � �° K.F°��°^^ �rrsr. srar�ar�ss �d��, � RENNE EX15T.SSYN vd.r3crs ib.sos 1%dYSTRUC7 5 LF OF �SS UNE caysr.f�assux u�u�c� ca�arL.w a rx rxsErrr i J �j y�, }{ wi c�as,iav PavrFcnav "�,� - carxEcr P�.ass rnwi carkEcr Pr+ay.�ss ar�1 TO PAq� SSYN. Nti9468f5.5252 E•22961559231 �J f� �� 1� f crrY �.r rra. zois 3so, 2o�s-s' Ivft1PSC0 PA,GE NO. 74N, S, T, W � � T� ��. __ _ . -���i-i----- ,-�-� ,� T: �I► - -i - � �' ' �" "" - •��i - = Y� -�^ __ �l. -��t ------ - �, . � -- - - � �- - T, _. o_. �_ i.- _- - -- -- ��-� � � _�� _ _ ��=M,'- _ ���-._ �_i _ 7 ��• — , _ —_- - _� � �-�-� i--�� �+•'r�r-� Ir-�/ =� Y-- i=i r _ � ... , . , - � . . .- I . i { -.r- _,�,r.�� �- . �-� - - -- _ ... . -__ ��- .-.T ......� _i. � - � - � �� _� �-�`�! �-�t ----- - 7 � � � s ,--� �-- / ,�__- -•= ,� - "�":�i---- - - - -�,. - _ •- -._�,---��-�i_�,,,- --�--- _ - � R _ _��'_''"=���-��= " rY�- ����_� -- � .�_--�-����ba �� _- ---- - - �� �-�`�17� "-�-I- i-,—„-� O:\Spec� �� , —� ��� r � � :_-�'"� r=�-- � -- — - r�o 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 6 J1\01 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT N0. 1 2 3 4 S 6 7 g 9 10 11 12 13 14 15 16 ll is 19 20 21 2� Z3 24 zs 26 27 zs 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 NORTHING 5946257.189 6946260.893 6946307399 6946220.582 6946195.23 6946190528 6946136912 6946002.267 6946D03.056 6945984.577 6945986,473 6945895.077 6945896.591 6945934.286 6945936.727 6945835.675 6945817.488 6945759.77fi 6945768.563 6945743318 69457Z3219 6945682.21 69A5621.902 6945643.407 6945571.059 6945539.498 fi945519.834 fi945417.879 6945456.557 6945387356 5945370.688 6945383.53 6945321128 6945319.365 6945242.289 6945233.624 6945Z06.483 6945142.015 6945113.445 694500.9.02 69450A1.024 6945p38.S78 6945006397 6944944.782 5944943.432 5944860.416 EASTING ELEU 2296079.165 22960fi2.141 2296038.306 2296011.025 2296015.116 2296022.721 2295992.115 2295919.133 2295933.418 2295580.52 2295869.892 2295860.962 2295862188 2295841.925 2245830.443 2295799]07 2295827.011 2295758.643 2295778.424 2295788.392 2295754.394 2295744.22 2295669.471 2295736.03 2295655.195 2295667.803 2295619.49 2295580.27 2295643.145 2295597.101 2295606.793 229561�.559 2295551.105 2295539J28 2295570.715 2295544.62fi �295529.305 2295557.665 2295520.335 �295527.345 2295552.fi75 2295552.147 2295518.135 �295520.635 2295556.479 2295534.397 �ESCRIPTION 726.09 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 SSMH RIM 722.123 GV RIM 722.325 FH 719.448 WM RIM 713331 WM RIM 713.b52 CO RIM 711.562 SSMH R1M 710.046 WM RIM 707.72 WM RfM 708.2�5 WM RIM 709.467 W M RI M 710.084 CO RIM 707J74 SSMH RIM 708.392 SSMHitIM 711.218 SSMiFiRIM 710.D$6 GV RIM 710.631 GV RIM 712849 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 C4 RIM 727.514 SSMH RIM 729.123 WM RIM 732.689 WM RIM 740.521 WM R1M 736.451 CO RIM 740J56 GV RIM 74D.976 GV RIM 740.408 FH 74634 WM RIM 746.777 CO R€M 748.454 WM RIM 749.59 SSMH RIM 751.058 WM RIM 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.986 SSMH RIM -j ��. i: �'; . . �_. . �� (. � C�(.��ilh-�T� �S l� t.� �_� I�c�:3 I X �J , C�-�j- L - �a � � ��`-i'�� f} ti i C� G(� I f�-� � 5 1 /�../ tii .�},JD, 8� � r `" �j Ll F�I���� � � Ct��G-0 i- t7o� �S L t S�if� I (-) n#� � C H�N s 1`2�- j�{��I�C � �'�, L � = i�P� , �� °�7 � i'kr-' i S��Y �#�� ,,� c �A� �'N' � Sv'���Ya('� rz/3�lir O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 0 � � � � � � rt Q � � O G fD 7 N � W � I--i (D � � O � �, O I D v�+ � � N � f'1 � S � � � � O 7 � � rt v fl' D .� � N �� (/� N � � � G t� � � T N N �p � N / � n �' N � �. � � r-F � N 7 � Q (D � < Q (D N � Q % 0 n X� � � (D G (D � 0 C O I--� / O N V F-� � Home Insert Page Layout Formulas Da�a Fe:ne�s Vix�n �.�ro6at ���� Cut �alibri - 11 - A n - _ = '�T' �°,"+rapTe� General - � -_� �/ Normal Bad Good Nz��ira' `�' �oov • �� Paste � o B I 0 • _ (h• .� � _ _ _ ,_,_ �F.lxrge&Cenixr• $ • °/o + .00..o �ontlin nal aFTr�lt � -'F::�•::ac:crq... FoilovdedH4��� Hyperlink F rmatPainter orma a e ing• s Clip6oard Font - _ - . Ilum6xi �T;I�; N31 ;G I - A 6 C C ValveBox WaterR�lain Sta.p GPS�Gritll�aari0nates,Tekas NutElevation 7fP-250'iii[ervales . NC4262 NI-+'�=Ei�??i.E51:' � 6«20.G5 'iP.1�3 5 Ej1(j=232C95_.1=E_' 6 NjYj=6935973.=E�_' 11+53.84 '7E.E36 7 Ej%j=232C9G2.=ax_� A NjYji93595�E� �' 11+92.87 ?7? �39 9 EjHj=232C"EEE2cC' 70 NjYj=643595?.151�' 11+92.93 ?i5.;.�C 77 EjH)=232CE3, E2E�' 72 NIY1=6935°?=.� ::' 12+15.17 ?15.:.u1 13 EIx1=232C442.:1::' 74 NIY1=693E°77.2. :' 26t51.64 ?:=.155 15 EI%1'2320n�s.'s:':' 16 NIY1'69374o_ci.�� u.ss oo Es,.��i 17 EI%1'2320"3:.5=?:' E F G Bends �GPS�Gritll �poritlnates,Tekas Sta.p NC4202 Elevation�Zj 0 a ndation 0 � Input _ Insert �elete � ceie H 1 N L 1:9 N Project Name and Numher- �Street Name) Meter 8oxes Fire Hydrants Sta � GP51Gritll ��ritlnates,TeKas� Sta.p GPS(Gridj Cooritlnaces,Texas HytlrantValve GPSIGritll ��ridnates,Tekas j NUE Elevasivn NC4202 NCA2-02 NC4202 N1Y1-69347Rr`.39?:' NIY1'6934?9;;.?95.' N1Y1=693=7?1.:3::' 6t25.OG ^-37.22 fn3142 718.355 E(N�=232�925.575_' Ej%j=232C959.76E�' E(N�=232�951.96"-^' N(Yi=6934649 437�' NjYj=6935979.3=1_' N(YI=6935979.75?^' 6t9�.05 � 1N19.71 72+74.58 714137 E(N�=232�922.6?C_' Ej%j=232C9c9.E25.' E(N�=E935979.758=' N(Y�=6935649.825C' NjYj=6436E59.5�3^' N(Y�=69365�9."4»'^' . 6t9�.75 26t99.76 2�-9�.25 7L�4.241' E(K�=232�96�747�' Ej%j=732C56�_GES�' E(k�=232�96�425�' N(Y�=6935854.8?SC' NjYji437S32 2<3^' N(Yr6937491.8650' 6t95.2� 27+32.65 27-32.33 696.56 E(K�=232�953.3CS� Ej%j=732C53�?�7�' E(k�=232�931.5950' NY�=6935655453C' 6�96.07 E�K�=232�922.5?S� NY�=6935959.53CC' 1+99,86 E1N1-232�959.�2E�.'.' N1Y1=6934962.157`v' s.os ra elNl=zszo9ais�s:� , , 017423-1 CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. M asurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. M terial recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll Ol 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Wark areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Priar to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. M p office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other obj ect that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll Ol 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 oi �� i9 - i CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMIVIARY SECTION O1 77 19 CLOSEOUT REQLTIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specific ation 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract ll 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 RFFF;RENCES [NOT USID] 17 1.4 ADMI1vISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 27 28 29 30 31 32 A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT IISED] 1.7 CLOSEOLJT SUBMITTALS [NOT IISED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 oi �� i9 -a CLOSEOUT REQUIREMENTS Page 2 of 3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USID] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractorpresent. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shallbe cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 Ol 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. L,etter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue I,etter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RFSTORATION [NOT USED] 3.6 R�INSTALLATION [NOT USED] 3.7 FIEI,D [ou] SITE QUALITY CON'I'ROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEA1vING [NOT USED] 3.11 CLOSEOUT ACTIVITIFS [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT USED] 24 25 I I DATE � 3/22/2021 I 26 NAME M Owen IND OF SECTION Revision L,og SUMMARY OF CHANGE 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION O1 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Trafiic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the proj ect site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by Ciry personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) Tit1e of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation far types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. � e. g• h. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking Servicing and lubrication schedule 1) List of lubricants required Manufacturer's printed operating and maintenance instructions Description of sequence of operation by control manufacturer 1) Predicted life of parts subj ect to wear 2) Items recommended to be stocked as spare parts As installed control diagrams by controls manufacturer Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in starage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Speciiications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson SUMMARY OF CHANGE 1.S.A.1 — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Wark to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of a11 recorded data to the final Proj ect Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION �NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the j ob set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physicallayout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the verticallocation of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the Ciry's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised July 1, 20ll 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Wark, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, wi11 be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D CPN 103419 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.07 Wage Rates GC-6.24 Nondiscrimination GR-Ol 60 00 Product Requirements CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 FORTWORTHo City of Fort Worth Capital Delivery Division/Soil Lab 920 Woodward Street Fort Worth, Texas 76107 Laboratory Test Results for Amendment Work for 103419 Coring Project OS/06/2023 Project: CPN# 103419 Date Tested: OS/O1/2023 — OS/OS/2023 Requested by: Brenda Oropeza Phone:817-392-7920 This report presents the results of a street coring project for CPN # 103419. Mr. Stephen Overton and Mr. Daniel Wright performed the cores, and Mr. Zelalem Arega reviewed and approved the results. Lenox Drive (Monticello Drive to Potomac Avenue) HOLE # 1 LOCATION: 155' West ofMonticello Drive (W/4) 4.00" HMAC 6.00" Concrete (3044 PSI) 6.00" Brown sandy clay (LL- 63, PL- 17, PI- 46) HOLE # 2 LOCATION: 10' West ofHamilton Avenue (E/4) 2.00" HMAC 5.00" Concrete (4072 PSI) 4.00" Dark brown sandy clay (LL- 57, PL- 19, PI- 38) 5.00" Brown sandy clay HOLE # 3 LOCATION:30' East ofPotomac Avenue (W/4) 2.00" HMAC 6.00" Concrete (2799 PSI) 4.00" Dark brown sandy clay 4.00" Brown sandy clay Page 1 of 5 FORTWORTHo City of Fort Worth Capital Delivery Division/Soil Lab 920 Woodward Street Fort Worth, Texas 76107 Phone:817-392-7920 Potomac Avenue (Lenox Drive to W. 4t� Street) HOLE # 1 LOCATION: 3640 Potomac Avenue (S/4) 2.00" HMAC 7.00" Concrete (2765 PSI) 7.00" Pale brown clay with limestone (LL- 39, PL- 16, PI- 23) HOLE # 2 LOCATION: 3608 Potomac Avenue (N/4) 1.75" HMAC 7.25" Base Material (light brown flex base) 7.00" Pale brown clay with limestone West St" Avenue niversity Drive to Carroll Street HOLE # 1 LOCATION: 160' East of University Drive (W/4) 1.75" HMAC 7.75" Base material (Brown clayey sand with limestone) 6.50" Dark brown clay (LL- 31, PL- 12, PI- 19) HOLE # 2 LOCATION: 2929 West St'' Avenue (E/4) 6.50" HMAC 5.50" Base material (Brown clayey sand with limestone) 4.00" Brown clayey sand with limestone HOLE # 3 LOCATION: 170' West of Currie Street (W/4) 2.50" HMAC 7.50" Base material (Brown clayey sand with limestone) 6.00" Reddish brown sandy clay (LL- 32, PL- 14, PI- 18) Page 2 of 5 FORTWORTHo City of Fort Worth Capital Delivery Division/Soil Lab 920 Woodward Street Fort Worth, Texas 76107 HOLE # 4 LOCATION: 2832 West St'' Avenue (E/4) 2.00" HMAC 7.50" Base material (Brown clayey sand with limestone) 6.50" Reddish brown sandy clay HOLE # 5 LOCATION: 2809 West St" Avenue (W/4) 2.50" HMAC 7.50" Base material (Brown clayey sand with limestone) 6.00" Brown sandy clay with limestone (LL- 27, PL- 13, PI- 14) HOLE # 6 LOCATION: 2732 West St'' Avenue (E/4) 8.00" HMAC 8.00" Red brown sandy clay HOLE # 7 LOCATION: 150' West of Carroll Street (W/4) 2.00" HMAC 5.00" Concrete (Broken) 2.00" Brown clayey sand with limestone 7.00" Brown sandy clay with limestone and brick pieces Phone:817-392-7920 West 6rh Avenue niversitv Drive to Carroll Street HOLE # 1 LOCATION: 150' West of Carroll Street (W/4) 2.50" HMAC 6.50" Base material (Brown clayey sand with limestone) 7.00" Brown/ Red brown clayey sand (LL- 26, PL- 14, PI- 12) Page 3 of 5 FORTWORTHo City of Fort Worth Capital Delivery Division/Soil Lab 920 Woodward Street Fort Worth, Texas 76107 HOLE # 2 LOCATION: 150' East ofFoch Street (E/4) 2.50" HMAC 5.50" Base material (Brown clayey sand with limestone) 8.00" Red brown/ Brown clayey sand HOLE # 3 LOCATION: 2812 West 6r" Avenue (W/4) 3.00" HMAC 9.00" Grey crushed limestone 6.00" Red brown/ Brown clayey sand HOLE # 4 LOCATION: 2838 West 6rh Avenue (E/4) 1.50"HMAC 7.50" Base material (Brown clayey sand with limestone) 7.00" Brown sandy clay with limestone (LL- 27, PL- 14, PI- 13) HOLE # 5 LOCATION: 2900 West 6r" Avenue (W/4) 2.00" HMAC 9.00" Base material (Brown clayey sand with limestone) 5.00" Red brown/ Brown clayey sand HOLE # 6 LOCATION: 2924 West 6rh Avenue (E/4) 4.00" HMAC 6.00" Base material (Brown clayey sand with limestone) 6.00" Brown sandy clay with limestone Phone:817-392-7920 Page 4 of 5 FORTWORTHo City of Fort Worth Capital Delivery Division/Soil Lab 920 Woodward Street Fort Worth, Texas 76107 HOLE # 7 LOCATION: 150' West ofNorwood Street (W/4) 3.00" HMAC 8.50" Concrete (3250 PSI) 4.50" Crushed limestone Phone:817-392-7920 Page 5 of 5 MAYOR AND COUNCIL COMMUNICATION MAP 60WSSC20WSMD-MASE N� -. � r,; $ ^ _ ' � , ;. � ��� .5..,�.,{, �r�C��'.�`F y.. � ', �T �L,: � / ` Y s � � ��r i � �i� _ ;��.,.''�5 ��} . S�i+ '. �;. �. � •" � �'�ly� �, .. � � � h,.,� zl r,. ,1. `�,.R,. ;�� .; • �+�` :���.,�i�s �:. �,~�.. , u� ' } � f',"/ � ��� _Tk ;��_, . 1 (e' �` ,Q i r, .� t O ; �� t.�. . r `',-�_ O b al r, . �; . � .` \ � i-�` �" ; F .� �vW ,`i .�t . I �,;: V �''r '�,,-- - r�� 4 � �, �_�� ,� C 1� i,�. ' h�t: .� M O N T' r j 3" -�---a' ,--�-r-r �—� ;J L1-1-.L,L• a �� .� � � . � �� � ' �� �_ .�.,� �r.� s ���, -,�_ � l �:..;.. � MATTISON AVE CL'ARKE�AVE _-.. :.i_ I� i; � ;� J_ ' _� i t � � +�''�"-_'�..u� -. �_ 1� � ;�� F�}- , �'` t , � ��, �, . �. � .l I; � �?r � �Y • W i �� ' . ; °,.. ,� � ,I '%� �; f Z ,` �-�-�'�:�./ -� � � �j;�" - ='` 1.�:���s ' /,��'�',` '�``_�;� , }_ ¢ �� ,. � ..�� F .` .. eI 9.ti ,e. i j h-' rfj_ ;{'p��y'�,�Q,Lrafn � 'y.�, BRISTOL RD ' ' ,, w `� �L�- � ^ — ; . `- � �:> � �� �. h- � Z .�. .,pt'_'�'r i, ,- i" 'w, { � , '� ` ,Y, t j_ - ,�,:�� `� � �tic�'��,���� � �i �.i �� �. ' �� � _ i ;;;:,�'�P��� =�� ` y > ,�r� � ��; � � , . , � , 'p � ,� ,� f � , , � �.— ,;, , . � ,�� --- _ , ,, . �� � ' --- � ��' / �f ��� , �4 � � � �' �� j �� �� � �.�� ��'f;: � c�� ��� _ � .. . �� �'� �-- . Y, , , �s.>: - � f�j — -J " -�� g !�` �: t / � ` , � f.: � . � : . �` , //jl� � � I ,.�JI ° �4 r s 9 � i 1, � y� .; _ �J� �;,zr� � � ���' _— — . — � A� �`��� �r�yK � � ; `! I j ' � - I �i ` ,;. - � �� F i 1 � •� � S �'- � �. ' `'� i � � ' 4t.i��� ' � �' • ��� ,� 1 � ;� P,MP x:l j J; ,� __ 'I � � �.L�ANCASTER>AVE. :,�. ��. ��,G,r:-� _ � _ s .� • - ;' �� ,,1 � � -- f � ��. �./�+ `�` r "� � y `' ,`' � S -�� !!k � - I;' r - . � _ _ _ ' - � , �� , '" � i s� � — � �� �` — =-,��� � � �4 '�'-f..l i �'�� 1'�' ,.. •, ATTACHMENT E � 'A r� i� � t'? Y �' 1 � . �: {�`1� r 4 �' , � ``� ',�. •,'.�y•�� ���^ j � f�ti / � ) . � � � � � .� �,1: f i � fr' � ' `` u l� i � °a _ � {� , �, /� ,Pt' �!��° rR�c \\ r s; , :, ,` i/;; � ir,': ��, � {i r�� s��te�„f�;��� ���y E ��' � ��.' /'i�� / i �, �i�' / "'��{ ' / r f i � �•. i , � � r� � � � r! t � �� � :� � t, � /� I .,r � / . � . �����', }�? ` Q! f!"� .� i r� �/� (j „�f r i! ';% � y' , ;i Aq • ;l ; ,- ��-�•� , , _ J, �-� ' � i \ ,� � � �l.1/ � � � � �.'. /� � `� i� �Yf I � � �/ / � . t n ���� +.t�� � yj� �'1 � . . �TiO , ,� ��i �17� i \ � -- ii / � �. � � � tl,�. . i � ,� L � � � , �, ,sl,�.'� �\� ( �, I / _•-,t. � i � �� ^ � � r} r 1�; 4i ' � , ' •!. . , ,' � j'. , +' , .�� , , -.� ; i� 1',:, '�.,.,. . � ` .�. '` i ' ?� ` �;' ' • �' � ��' _1 ' -� � �� \ . ),tri /_�. � � �i 'I 1 1 fi� ' , j� ,- l � �!� - �3 �7'i � 1 : l 1 tS . 7 1 . 1 ��!1 If I'. y. � � . �' � ' �1 �../ � •f I ( � �' _�� � � � ' ' ,� . ,`� I�? . j 1 1, I' I +�,I' :'+ ��t i.`,r \ 1 „� ,� � �(:j�r����� �,� � r���li��� � ' ._�_r,7 ' \ti , i ,�1 ��J�-�•l '�! _-• t � � �� � �4�,. +j5�1;;�� ' ..�; ��i i �r � �(4 f� ,ti.,1� ,� rJ� j'�iw! rz �. '. � � �lr�r� r� . '-` '-f ,. ' i. t � . � Q �� ` r � � ij�� i 'I'',�� �.. _� }, �I f � � r \ + �, , : � j„ t., i �' , a" �� ���''�' 4� �l �,�• Jrl,/.�;cl � ��� ��� �1 �'�' �� �. ;�!�'Sp93�1z� ; � ,�.._.: ! I �� ' � l �ir: , ;; ,. � ,;�, �.�;;� , �,�:�,,., . , _�_ _ :,I .:, ll.. :o ,: �. {y, :� �� < � I „ � �, „ � � _,.�� ..-^:z '�; y� ,, , �� � (�� � ;� CUL'LEN ST�.,, it���? 1 N f/� ; i}�� .���'� ifl1� _��J lL�,��_ � ����— � �� r Ef�� �� � ��� . I��`I 1 .�l� , r 1 � 4-. 3-. i� � I � � t . � ,:-7 � „�-.;�-._.•_�._' _ t_.'. ,'T•. � � ' r . _� � ` � r � , i. �.!' _ � • . . �' - L„r4 _� I �� • ; 1 l �/ �! 9�� .'� �j� •_t, �1��:�� �,�'�� ir�.�; i:'� !'`���--' ��• � 1, � i � �I� � ;i /i ; �� i A, �?'� � '' 'rL� , �• r` . ! < `�1 ,�, t , � i � F. °� ,, �; t �� �� ; , •� ; � . , _.'; i � , ,' , �' h � � � � �i � .111 �;� ��� �.:'t ��� -,�ill' ', - , ; —,�f� :? '�� •::. i ::� 7�i• r. ,�:..,--� q 4 � 1� � ,�,, , i.1 -� il r �� �� I �:� t � `� ` � � � �l % , , ,,, .; ,1 r � ; � 1 �' , `; �' � � ! I �j . � � � �L �,� �J .. . F, i ;) I � 1 �,�, � � . � ,� ' t , i, i � � � i 1_;� �.i,��:_ ����_�� � �j� � ' I �„�1 �1?'.��,5 ? �I , : . . :1,,�1i�� `WHITE�SET�TLEMENTlRa� 1 � ;,; ry ; ���� � �i.�,l�41 ,:� : r � . . . - - � ' .�., . .. ...... , � � � •��,.��,r ��r�•; ,. ,:, �;: �, �.>, ,.,. I � ,,'�}�.'���-,�. .ei!:,`1f�•,:� ' r4�f1c! '�''. �, ; ;` � ��; '`f --,`y�� - �S',li' �`�r���a � i ti! -F:, ��: ;�,,.��t��'�:,;.� �.;(j� _ ! �i� �'��'�, I� .;,,,,;, .';, ==_� , - '.i: . , ,, � �; GC-6.07 Wage Rates CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Bricklayer/Stone Mason Bricklayer/Stone Mason Trainee Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Apprentice (Helper) Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel Setter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 12.70 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.77 11.00 15.27 11.00 15.36 12.54 15.00 11.50 19.63 15.64 20.00 18.00 10.00 21.03 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 15.85 12.87 Page 1 of 2 Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sprinkler System Installer Sprinkler System Installer Helper Steel Worker Structural Steel Worker Structural Helper Waterproofer Equipment Operators Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel Forklift Foundation Drill Operator Front End Loader Truck Driver Welder Welder Helper S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.90 11.15 16.35 13.11 19.17 14.15 17.00 13.74 15.00 18.50 19.31 16.45 22.50 16.97 16.77 19.96 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419 Revised August 18, 2025 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9i2022 9/9i2022 )/9i2022 )/9i2022 )/9i2022 )19i2022 J/9i2022 9/92022 9/9/2022 9/9/2022 9/92022 9/92022 9/92022 9/9/2022 9/9/2022 9/9/2022 9/92022 9/9/2022 52/2023 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9:2022 9/9:2022 9/9:2022 9/9'2022 I K'2024 4 I'2024 4 1/2024 4 1/2024 4/I/2024 4/I/2024 4/I/2023 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9i9nozz 9i9nozz 9i9nozz 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9:2022 9/9:2022 9/9:2022 9/9'2022 9 9'2022 9/92022 Concrece 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 32 13 13 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 Oi i0 00 Oi 30 00 03 34 16 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 03 30 00 Mix Des'ign Mix Des'ign Mix Des�gn Mix Desgn Mix Desgn Mix Des'�gn Mix Des'�gn Mix Des'�gn Mix Desgn Mix Desgn Mix Desgn Mix Des�gn Mix Des�gn Mix Des�gn Mix Des�gn Mix Des�gn Mix Desgn Mix Des�gn Mix Des�gn Mix Des�gn Mix Des�gn Mix Des�gn Mix Design Mix Design Mix Des'ign Mix Des�gn Mix Des'iyn Mix Des'ign Mix Des�gn Mix Des�gn Mix Des�gn Mix Des�gn Mix Des'�gn Mix Des'�gn Mix Desi�n Mix DesiR� Mix DesiR� Mix Desi�n Mix DesiRn ix Des Mix Des Mix Des ix Des Mix Des Mix Des Mix Des Mix Des Mix Des „ Mix Design Mix Desi,Gn Mix Desgn Mix DesiKn Mix Desikn Mix DesiRn Mix DesiRn Mix DesiRn Mix DesiRn Mix Design Mix Design Mix Design Mix DesiGn Mix Desi�n Mix DesiR� Mix Desi�n Mix Desi�n Mix Desi�n Mix Des'�gn Amenc;m ConcreLe Company 30CAF029 3000 psi Concrele Cor Sidewniks & ADA Ramps Amenr.m C�ncrele C�mpany OIJAF382 1000 psi Concrele Rus'e Mn�erinl for Trench Repair AmenrnnC�ncreLeC�mpany 40CNFOfi54000psConcreleforMnnholes&UI�InySWtlurcs Amenrnn C�ncreLe C�mpzny 45CAF076 4500 ps Concre�e f r Hnnd Plnced Pzvmg Arg�s DI0000001737 4500 ps Concre�e for Hand Placed Pzvmg Arg�s DI00000017)I 4500 ps Concre�e for Hand Placed Parmg Ar6ros DI00000017)3 4500 ps Concrele for Hnnd Plncul Pa��ng Argos DI0000001103 4500 ps Concrele for Hnnd Plncul Pa��ng Argos DI0000002107 4500 ps Concreie for Hnnd Nlnced Pa��ng Argos DI0000001273 4500 ps Concrele for Hand Nlnced Na��ng Argos D 10000001617 3600 ps Concrcle for Machme Placed Paving Ar�s DI0000008381 4500 ps Concrcle forHF.S Paving Ar�s DI000000985750 ps Fluwable Fill -CI.SM Argus DI0000001055 3000 ps Concrele for Inle�, lunctiun Roxes, Manholes, Channel I.iners. Sidewalks, Dnvev.�ays, Cufi & GWter A�us DI0000010435 3000 ps� Concrele forSidewalks, Curbs A�os DI0000015655 3000 ps� Concrele forCurbs, Cu[b & CWteq S�dewalk�, Dnvewnys, ADA Rnmps A�os DI000001615 3600 ps� Concrele for Inlets, Hoxes, Fncnsement, Rlocking Agos DI0000001061 3600 ps� Con�rele for Inlets, Roxes, Fnwsemen4 Rlocking Agos DI00000010835 4000 ps� Con�rele for Vnlve PaUs, Inlels, SI[ucwres, HeaUwalls, Thrust I3locking Agos DI0000001083 4000 ps� Con�rel.e for Vnlve PaUs, Inlels, Slrucwres, HeaUwalls, Thrust I3locking Argos DI00000016&S 4000 psi Con�rele for Vulve Patls Argos DI0000005751 750 Psi Conerele Rase for Tren�h Repn�r Argos DI0000001681 4000 psi Conttele for Headwalls, Relaining Wulls, Rox Culverts, Valley GuLlers Rig D Concrele 7SKGRT 3000 psi Concrele Cor Groulin� F3ig D C�ncreLe 14500AF 4500 ps Concrele f r High Farly Slrenglh Pnving F3ig D C�nereLe CMI4520AP 4500 psi C�ncreLe f r H;md Pl;�cecl Pnving RiyTo�m Concrel.e 4J2065-1 4500 ps h;md pincul pnving Itie�lo�mConereLe 450065-14500ps�hzndpincedpnving F3umw Texns' 45USOORG 4500 psi C�ncreLe Mix f r Hnnd Plncul Pnving, SLorm SWclure� F3umw Texns' 40U553RG 4000 pxi C�ncreLe Mix for Mnchme Plzcul Pnving F3umw Texns' SSUI20AG 4000 pxi C�ncreLe Mix for High Farly Slrenglh Pnving F3umw Texas 30UI OOAG 3000 p�i ConcreLe Mix for Pipe C�Ilzrs, Inle�x, ThrusL Rlocks, S�dewniks, ADA Ramps Humw Texas' 30U101 AG 3000 v�� ConaeLe Mix f r Yletw�rk Humw Texns 30USOORG 3000 psi C�ncreLe Mix for Hl�ckiny, P cnsemenl, Curb Inlel�, Junclion Roxes, Fire HydanL Pad�, Dnveways, Curb & Gullers, Sidewalks, ADA Rainos Burnco Texes 40USOOBG 4000 psi Conc�ete Mix fo� Smrm Drei� Snne�ures, Driveweys, Scree� Walls, Collers Burnco Texes 36USOOBG 3600 psi Concrete Miz 1'0� Li�hti�g a�d Treffic Signal Pou�de�io�s Burnco Texes OSY450BA 800 psi Co�cre�e Mix for Bese 1'0� T�e�ch Repair Burnco Texes OIY690BF 100 psi Co�cre�e Mix for Floweble Fill Burnco Texes 36U502BG / 5.74 Secks / 3,600 psi Conerete Mix fo� LiRhti�G & T�attic Si��el Fo�ndations Burnco Texes 35USOOBG 3500psi Cone�ete Mix fo� Crosswalks Burnco Texes 30USOOBG 3000psi Cone�ete Mix fo� Sidewalks Burnco Texas 09Y450BA Grout Burnco Texes 01 Y690BP 100 psi Conerete Mix for Floweble Fill Burnco Texes SSU 120AG 4500psi Cone�e[ Mix Por High Fa�ly Shen�[h 3000psi(a) 3 deys Burnco Texes I OYHSOBF 1000 psi Cone�e[e Bese Meterial fo� T�ench Repair Carder Cone�e[e PWCC602021 4500 psi roncrete fo� Hand PlaceA Pavin� Carder Cone�ete PWCC552091 3600 psi Po� Machine PlaceA Pavin� Ca�de� Cone�ete PWCC602091 3600 psi Po� Machine Placed Paving CarderCone�ete PWCC359101 FlowableFill-CLSM CarderCone�ete PWFF237501 FlowableFill-CLSM CarderCunertte PWCC602001 4000 psi Cunerete (urStonn Dram SlnicWres, Manhules, Headwalls, Reteming Walls, ValleyGulters, Dnve Apprueches Ca�de� Conerete FWCC502021 3500 psi cone�ete foc Sidewalks, Dnveways, Ramps, Curb & G�tter Ca�de� Conerete FWCC502001 3000 psi fo� Sidewalks, Driveways, Ramps, Cu�b & Gutte�, Flahvork Clia�ley's Conerete 4142 3600 psi Conaete for Cu�b Inlets, ]�netion Boxes Clia�ley§ Conerete 4518 4000 psi Conc�ete for Headwalls, Win�walls Clia�leys Conere�e 5167 3600 psi Conerete Mix fo� Machine Placed Paving Clia�leys Co�cre�e 4609 4500 psi Cone�ete Mix fo� Hand Placed Pavin�, Ma�holes Clia�leys Co�cre�e 6103 4500 psi Cone�ete Mix fo� Hend Pleced Pavin�, Ma�holea Clia�leys Co�cre�e 4502 3000 psi Conerete Mix fo� Sidewalks Clia�leys Co�cre�e 3759 3000 psi Conc�ete Mix fo� Sidewalks Clia�leys Co�cre�e 1502 I50 psi Co�cre�e fo� Plowable PiIILLSM Cheiiey's Conc�e[e I51 R I50 Psi Conere[e for Floweble FiIILLSM Cheiiey'e Concre[e 5642 4000 psi Co�cre�e fo� S�orm Drei� S[ruc�u�es Cheiiey'e Concrete 6595 5000 psi Co�cre�e Mix for High Fa�ly Shen�th Pavin� Cherley's Conc�ete 6589 4500 psi Conere�e Mix for HiGh Ea�ly ShenRth Pavin� Chisholm T�ail Redi Mix CI3020AE 3000 psi Conere�e for Driveweys, Cu�b & G��[e� C�ly ConcreLe Company I I-350-FF 50-I50 ps Concre�e for Flowable Fill-CLSM CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 9/9/2022 9/9/1A22 9/9/?A22 9/9/?A22 9/9/?A22 9/9/1A22 9/9/1A22 9/9/2022 II/I6i2022 5/5/7A23 5/5/7A23 9/9/7A22 9/9i2022 9/92022 9/92022 9/9/2022 9/9/2022 9/92022 9/92022 9/92022 9/9/2022 9/9/2022 9/92022 9/92022 9/9/2022 9/9/2022 9/92022 9/9/1A22 9/9/1A22 9/9/1A22 9/9/1A22 9/9/1A22 9/9/?A22 9/9/?A22 9/9i2022 9/92022 9/92022 J/9i2022 II/14i2022 9/9i2022 9/92022 9/9/2022 9/9/2022 9/9/2022 9/92022 9/92022 9/9/2022 9/9/2022 5/I/2024 6/2120P3 I/18iZ023 I/Jy/QOQ4 I /292024 I/29YL024 I29/1A24 1J6/1A1A I/29/201A 2i21/1A1A 9/9/1A22 9/9/1A22 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/9i2022 9/92022 9/9/2022 Conerete (ContinoeAl 033000 MixDesign 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 34 13 Mix Des�gn 03 34 13 Mix Des�gn 03 34 13 Mix Desgn 03 34 13 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix �esign 03 30 00 Mix Design 03 30 00 Mix Design 033000 MixDesign 033000 MixDesign 033000 MixDesign 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 32 13 13 Mix Des�gn 33 13 13 Mix Des�gn 34 13 13 Mix Des�gn 35 13 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 34 13 13 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 033000 MixDes�gn 32 13 13 ix Design 32 13 13 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Design Ci�y Concrele Compzny Ci�y Concrele Compnny Cny C�ncrcle C�mpzny Cily C�ncreLe C�mpnny Ci�v C�ncreLe C�mpany Ci�v ConcreLe Company Ci�v ConcreLe Company Ci�v ConcreLe C�mpany Cilv C�ncrete C�mpany Cily C�ncrete C�inpany Cily C�ncrete C�inpany Cow Town Red� Mix Cuw Tuwn Red� Mix Cuw Tuwn Red� Mix CuwTuwn Red� Mix Cuw Tuwn Red� Mix Cuw Tuwn Red� Mix Cuw Tuum Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow To�m Red� Mix Cow To�m Red� Mix Cow Town Red� Mix Cow To� n Redi Mix Cow To� n Redi Mix Cow To�m Redi Mix CowTown Redi Mix C�w To�m Redi Mix C�w T�wn Retii Mix C�w Town Reqi Mix C�w Town Red� Mix C�w Town Rul� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cuw Tuwn Red� Mix Cuw Tuwn Red� Mix Cuw Town Red� Mix Cuw Tuwn Red� Mix Cuw Tuwn Red� Mix Cuw Tuum Red� Mix Cow Town Red� Mix Cow To�m Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow Town Red� Mix Cow To� n Redi Mix P.s'Lrada Ready Mix P,sLrede Reedy Mix Fsir..dn Ready Mix Fslr..dn Rendy Mix Fslrnd'e Rendy Mix Fxlrnd'e Rendy Mix Fxvzda Ready Mix GCH ConcreLe Sernces GCH ConcrcLe Services GCH ConaeLe Sen�ces Ingram Concrele & A�uregnles In�ram Concrele & Av�re�nles In�ram Concrele & Av�re�nles In� m Concrele & A�xre�ales In�ram Concrele & A�Kre�ales In�rzam Concrele & A�Kre�ales In�rzam Concrele & Aggre�ales Ing�am Conc�ete & Aggregates 30HA251I3000 psi C�ncreLe furRip-Rnp 30HA201I3000 psi C�ncreLe Mix for Rl�cking, Sidewalk�, Flulwork, Pmd� 45NaZSII3600 pxi C�ncreLe Mix for Dnllrq Shnfls/Lighl�ng nnd Treffic Signul F�undNLi�ns SOQ4251I3600 pxi Slurty Dixplzced Dnllad Shall 45NA20II4500 ps'� Concre�e Mix f�rHznd Plzcul Paving 36LA201 I 3600 pei ConcrcLe Mix for Machine Plzced Paving 36JA001 J 3600 ps� Concre�e Mix for Machine Placed Pavmg 40LA201 I 4000 psi Concrete Mix for S�orm Drein SLruc�ure� CLNG251I3600 ps Concrele for Dnl led She[7/I.ighting and Trel7ic Signal Foundelions CCNA250AG 3600 psi Concrete for Dn Iled Shnf�l.ibhling end Traffic S�gnel h'oimdations CSSQA25UAG 3.600 psi Concrete forSlurry Displacement ShafLs, UnderwalerShnlls 250 3000 ps Concrcle Mix for S�dewalks, Dneways. ADA Ramps 350 3000 ps Concrcle Mix fur S�dewalks, Dneways. ADA Ramps 9 70 ps� Fluwable Fill - CI.SM 9-5-270 ps Fluwable FiII - CLSM 220-8 50 ps Concrele Mix fur Plowable Pil I- CI.SM 320-8 50 ps Concrele Mix (ur Plowable Pil I- CISM 230-8 750 ps� Concrele Ras'e Matenal (ur Trench Repair 330-58 750 ps� Concrele Rase Matenal (ur Trench Repair 353 3000 ps� Con�rele Mix (or S�tlewalks, ADA Ra�nps, Dnveways', Curb & Gutler, Safety Pntl TrtaLments, Non-TxDOT Relainmg Wnlls 253-W 3000 Vsi Concrete Mix Sidewalks', ADA Ramps', Dnveways, Curb & Gulter, SaCely F d Treahnenls', Non-TxDOT Retaming Wall5 260 4000 psi Con�rele Mix Cor Hridge Slnbs, Rox Culverls, Headwalls 260-I 3600 psi Con�rele Mix tor Heatlwulls 260-2 3600 psi Concrele Mix Cor Hox Culverls, Hwdwalls 360 4000 psi ConcreLe Mix Cor Hndge Slabs, Rox Qilverls, Hendwalls 360-I 3600 psi C�ncrcLe Mix Cor Hox Culverls, Hendwalls, Wingwnlls 264-N 4500 psi Concrele Mix f r Hand Placed Pn�nng 3fifi 4500 ps Concrele Mix f r Hnnd Plnced Pn�nng 265 4500 ps� Concrele Mix f�r HNntl PlNcetl Pu�nng 3fi5 4500 ps Concrzle Mix f�r Hznd Plzceq Pn�nng 370-NC 4500 ps Concrele f r HFS Pn�nng 370-I NC 5000 ps Concre�e f r HFS Paving 375-NC 5000 ps Concre�e for HFS Pavin� 2674200 ps Conere�e Mix forManholes' and Dainagz S�n�cLures 270 5000 ps Concrele Mix for Cns'L-in-Place Rox Culven� 370 5000 ps Concrele Mix for Cnsbin-Plam Hox Culven� 255-2 3 000 ps Con rele Mix for Inlels. Thrust Rlocking, Concrele P cnsemenl 257 3600 ps Concrele �mx for Val ley Giaters 357-M 3600 psi Cuncrete Mix for Machme Placed Paving 257-M 3600 psi Cuncrtte Mix for Machme Placed Paving 260-M 4000 psi Cuncrtte Mix for Machme Placed Paving 360-M 4000 psi Cuncrtte Mix for Machme Placed Paving 255-[.N 3000 ps'i Cuncrtte Mix forCurb & Guuer 355-[.N 3000 psi Conertte Mix for Curb & Quuer 255 3500 ps� Conirele Mix (or Plntwo� Inlels, Th[ust Rlucking Concrele P casemenl 355 3000 ps� Con�rele Mix (or Inlels,'1'h[ust Rlocki�g, Concrele P casemenl 365-STX 4000 V5� Lonertte (or Hndge s'labs', IuV s��bs' o(d�rut Ira(�c culvens, apprwch slabs-TXDOT Clas5 S-Nu Fly Ash 3573600 ps� Concreie Mix 6rValley Gw�ers 360-2�5 3600psi Con�reie Mix Cor TXDOT Clns's C Drilluf ShaCts 360-DS 3600 psi Con�rele for Dnlled ShaNLighling nnd Tal7ic Signnl Foimdalion 380-NC 4500 psi ConcreLe for HP,S Paving 4575AFSC / 7.50 Secks / 4,500 psi (3.000 psi (� 3-tlny) ConereLe for HP,S Paving R3050AF W R/ 5.00 Sncks / 3,000 psi Concrele Cor Sidewalks, Ramps, Inlels, and Menholes R3655AFWR / 5.50 Secks / 3,600 p�i Concreie f r Hendwnll�, Wing.vnlls, nnd Cdvens R4060AFWR / 6.00 Sncks / 4,000 psi C�ncreLe f r Rndge Slnbs', Top Slnb�, and Approech Slabs' TD3655AP_W R/ SSO Smcks / 3,600 ps� Concrele for Mnchine Plnced Pn�nng R45GOAFW R/ 6.00 Sacks / 4,500 pxi C�ncreLe f r Hznd Plmcul Pn�nng R36575AF W R/ 5.76 Sacks' / 3,600 pxi C�ncreLe f�r Dnlled Shalis/I.ighLing zntl Trel7ic Signzl Found'elions GCH4000 4000 ps Conerele for for Sidewzlkx, Rzmpx, Hezdwalls, Inlels, and SLoim Dram SlnicLures GCHVS 4000 ps Conere�e for Machme Plzced Paving GCH4500 4500 ps Concrele Hnnd Plncul Pa��ng CA7PVSF.S 3000 ps Concrele for Sidewalks, ADA Ramp� 2M W R-70.I33504 3000 psi Concrete for S�dewalks, ADA Rn�nps 2MWR-147QWSD5 3000psi ConcreteMix forSidewalks. ADA Ramps 2MWR-056PSSD5 4000 ps Concrcle Machine Placed Paving 2MWR-161UVSDM 4500 psi Cuncrete furHand Placed Paving 2M WR-I OMQSSON 4500 psi Cuncrtte fur Hand Placed Paving 161 PSSP.M 4500 psi Concrtte (or Hand Placed Paving C47PVSES 3000 psi Conc�ete Mix fo� Sidewalks, ADA Ramps CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 4!7/2023 9/9/1A22 9/9/1A22 9/9/1A22 9/9/?A22 9/9/1A22 9/9/1A22 9/9i2022 12/ISi2022 9/9i2022 9/9i2022 9/9i2022 12/Si2022 4/220?A 9/92022 4/2/2024 9/9/2022 4/72023 4/272023 4/72023 I/24/2023 9/9/2022 9/92022 9/92022 9/9/2022 9/9/2022 9/92022 9/9/1A22 9/9/?A22 9/9/?A22 9/9/?A22 9/9/1A22 9/9/1A22 9/9/1A22 9/9i2022 9/92022 9/92022 II/2i2022 II/2i2022 II/2i2022 II/15/2022 II/15/2022 II/2/2022 II/2/2022 I I /22022 I I /22022 I I 2i2022 9/9/2022 9/9/2022 9/92022 9/9/2022 9/9/2022 9/9/20aa 9/92022 4/I/1A23 4/I/1A23 4/I/1A23 4/7/1A23 4/7/1A23 4/1/1A23 5/22i2023 4/I/2023 �o J�PfContinoedl 03 30Y({6 ix Design 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 43000 MixDesgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 3 30 00 Mix Desgn 043000 MixDesgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 43000 MixDes�gn 3 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix �esign 03 30 00 Mix Design 03 30 00 Mix Design 033000 MixDesign 033000 MixDesign 033000 MixDesign 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 33 13 13 Mix Des�gn 34 13 13 Mix Des�gn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 32 13 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 03 30 00 Mix Design 32 13 20 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 32 13 20 Mix Desgn 32 13 13 Mix Des'�gn 03 30 00 Mix Des�gn 32 13 13 Mix Des'�gn 03 30 00 Mix Design Ingram Concrzle & Aggregnles' Ingrnm Concrzle & Aggregnles' Holc�m - SOR, Inc Holc�m - SOR, Inc. Holc�m - SOR, Inc Holc�m - SOR, Inc Holc�m - SOR, Inc Holcnn - SOR, Inc Holcnn - SOR, Inc Holcnn - SOR Inc Holcnn - SOI� Inc Holcnn - SOI� Inc Holc�m - SOR, Inc Holcnn - SOR, Inc. Holcnn - SOR, Inc. Holcnn - SOR, Inc. Holcnn - SOR, Inc. Liqu�d S�une [.iqu�d Sione [.iqind Sione [.iqu�d Sione MnrLin Manella Mnrlin Manella Mnnin Manella Marlin Manella Mnrtin Manella Murtin Menelln Mnrlin MuneLle Mzrlin MnneLla Mzrlin MnneLla Mznin MnneLla Mznin ManeLla Manin ManeLla Manin ManeLla Manin ManeLla Manin Mnnetla Manm Mnneua Mnrlm Maneua Mnrlm Manetla Marlm Maneua Manm Maneua Manm Maneua Manm Manetla Manm Maneua Manm Maneua Manm Maneu2 Marlin Maneua Marlin Maneua MnrLin Manella Marlin Manella Manin Manella Martin Manella Martin Manella Mnrlin MnneLlu Mnrlin MnneLlu Mzrlin MnneLln Mznin MnneLln Mznin ManeLla Mznin ManeLla Manin ManeLla Manin MnneLla Ma�[in Merie[[e I OI.QSSON 3,600 psi C�ncreLe fur Dnlled Shnlls'/I.ighLing znd Tratiic Signzl Foundulion� 161 PSSFM 4500 psi C�ncreLe Mix for Hnnd Plnced Pnving 5177 3000 ps Concrele Mix f r S�dewniks 1261 3000 ps Concre�e Mix f r S�dewniks 2125 4500 ps'� Concre�e f r HFS Paving 1701 4000 ps Concre�e Mix for SLorm Dra�n SlrucLures, Sanilary Sewer Mznholes, JuncLion Rox 5409 4000 ps Concrele Mix for S�dewalks, Inlels 5507 4500 ps Concrele Mix for Hand Placed Paving 3741 100 ps wncrete for Ilownble filliCSI.M 5017 200 ps Concrele for Hn>e Materinl forTrench Repnir 96003600 ps� Concrele forDnll ShafLs/I.ighting and Trel7ic Sig^al Foundalions 1851 4500 ps Concrcle for Slorm Drein Svuclures. Hand Nlaced Na�nng 1822 3600 ps� Concrele for Dnl led Shalls/Lighling and Treffic S�gnal Poundetions 5940 3600ps Concrele for Machme Placement 1859 4000 ps Concrele for Dnl led Shalls/I.ighling and Tra(�c S�gnal Puundatiuns 5940-I 4000ps� Concrele for HanU Nlacemenl I551 3000 ps� Conuele Mix (or Hbckmg C301D3,000 ps� Conirele forSidewalks', Appruaches, and Dnveways- C:361 DNFA 3,600 ps� Con�rele for Retnming wall, dnveway,�unction bux apron, apPrwch C:361 DHR 3,600 V5� Loncrete Cor Dnlled Shaft/[.ighlinb and TraRc S�gnal Foundations C'A51 DHR-A 4500ps'i Concrele Cor HFS Pa�nnb R2132214 3,000 psi Con�rele for Sidewniks & Rnmps D9490SC3,000 psi Con�rele for Sidewulks & Remps R21312143.000 psi ConcreLe forSidewniks & Remps R21313143.000 psi C�ncrcLe fUrSidewulks & Rnmps R21360143.000 psi C�ncrcle f�rSidewulks & Rumps R2136214 3,000 ps� Concrele Cor Sidewniks & Rnmps R214121A 4,000 ps Concrele f r Sitiewalks & Rnmps R214101A 4,000 ps� Concrele for Sitlewalks & RNmps R213fi21A 3,600 ps Concrtle for Qirb Inlels R2141233 3,600 ps� Concr�e fpr Sl�nn S'r}��L} \s, Inlals, Rlocking & P,ncasemenl FI.OW25A 50 ps Concre�e br�I�wz��e�illi�.��M R2142233 3,600 ps Concre�e for Manhole�. Inlels & Headwallr R2146333 3,600 ps Concrele for Mnnhole�. Inlels & Headwalls, Conere�e P cas'emem R21412304,000 ps Concrele f r Mnnholes. Inlels & Headwalls, Valve Pnds R2146035 4,000 ps Concrele for Manholes. Inle� & Headwalls, Valve Reds R2146335 4,500 ps Conerele for Hand Nlaced Na�nng, Inlels. Slorm Drein Struclures Q2141 N27 4,000 ps Concrcle for Machine Placed pa�nng Q2141 K30 4,000 psi Cuncrete fur Machine Nlaced Na�nng R2146N36 4,500 ps Conercle for Hand Nlaced Na�nng R2146K36 4.500 ps'i Cuncrtte (ur Hand Placed Paving R2146P36 4,500 ps� Concrele for Hantl Nlacul Na�nng R2146K36 4,500 ps'i Cuncrtte (ur Hand Placed Paving R2146N35 / b.l l sacks / 4,500 ps'i wncrele for Hantl Nlace Na�nng Inlels. Manholes, Headwal I5 R2146K74 4,000 V5� Loncrtte (or Inlels', Manholes', Headwal Is R2141 N24 4,000 ps� Con�rele for Sidewniks nnd Ramps R2141 K24 4,000 ps'i Concrele Cor Junclion F3oxes', Sidewniks' and Ramps R2146038 4_S00 psi Con�rele for Inlels, Slorm Drnm Slruclures R2146036 4_S00 psi Conerele for Hantl Plaee4l Pe�nng Inlels R2146042 4,500 psi ConcreLe for Hantl PlaeeAf Pa�nng R2146242 4,500 psi C�ncreLe fur Hand Placed Paving R2146236 4.500 psi C�ncrcLe fur Hand Placed Paving D94935C 4,500 psi C�ncrcLe f�r Hnnd Plnced Pavin6 R21471AI 4500 ps Conerele for Hnnd Plnced Pnving R2136NI4 / 5.00 sncks / 3.000 psi m^creie Cor Sidewniks R214GP33 / 6.01 sncks / 4,000 psi �v^crzle for Rndge Deck R2146033 4,000 ps� Concre�e f r�iipap R2136K 143.000 p�i concre�e for sdewalks and amps R2161 K70 6.000 p�i (3.000 psi (a� 1A hrs'.) for HFS Paving 310I.RP 3.600 v�� ConaeLe for Re�ainmg Walln R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving R2141030 4,000 psi Concre[e fo� Riprep CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 5/3/1A23 6/I /1A23 6/I /1A23 6YL7/1A23 G/27/1A23 8/4/1A23 8/4/1A23 8/4i2023 8/4i2023 8/4/2023 8/30i2023 8/4/2023 II/20i2023 II/20/2023 12/22/2023 12/22/2023 9/9/2022 9/92022 9/92022 9n 22023 10/4/2023 10/4/2023 10/42023 10/42023 10/4/QOP3 10/42023 10/4Yd023 4/LS/1A24 4/LS/1A1A 10/4/1A23 4/LS/1A1A 7/IOi2023 7110i2023 I/24/1A23 I/24i2023 I/18i2023 I/18i2023 I/ISi2023 9/9i2022 9/9i2022 9/92022 9/9/2022 9/9/2022 9/9/2022 9/92022 9/92022 9/29/2022 9/9/2022 9/9/2022 9/92022 9/9/QOQQ 9/9/QOQQ 9/9/QOZZ 9/92022 9/9/1A22 9/9/?A22 9/9/?A22 9/9/?A22 9/9/?A22 9/9/?A22 9/9i2022 9/9i2022 II/2i2022 12/Si2022 12/Si2022 12/Si2022 5/ISi2023 5/IS/2023 9/9/2022 9/92022 9/92022 9i9nozz Conerete(Condnoedl 033000 MixDesign 32 13 20 Mix Des�gn 32 13 20 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 32 13 20 Mix Des�gn 03 30 00 Mix Desgn 3213 13 Mix Desgn 03 30 00 Mix Des�gn 32 13 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 32 13 13 Mix Des�gn 3213 13 Mix Desgn 32 13 20 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 32 13 13 Mix �esign 32 13 13 Mix Design 32 13 13 Mix Design 32 13 13 Mix Design 033413 MixDesign 033000 MixDesign 03 30 00 Mix Des�gn 32 13 20 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desng 32 13 13 Mix Des'�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 34 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Design 03 30 00 Mix Design 03 34 13 Mix Design 033413 MixDesign 033413 MixDesign 03 30 00 Mix Design 033000 MixDes�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 34 13 Mix Des�gn 03 34 13 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Design Mnrlin Mnneun Mnrlin MnneLlu Mzrlin MnneLln Mzr�in MnneLln Mznin ManeLla Manin ManeLla Manin ManeLla Manm Maneua Marl�n �Aenetle Marl�n �Ainetli Marl�n �Ainetli Marlin Mznetlz Marlm Mnneua Manm Maneua Manm Maneua Manm Maneua VCS Retli Mix VHR RenAyMix V HR Rendy Mix VHR Rendy Mix VHR RendY Nix \HR RendY Nix \'HR RendY Nix \HIL RendY Nix \HR RendY Nix \HIL Iteady Nix \HIt Iteedy Vlix NF312 Reatly Mix NF312 Rently Mix NRR Rezdy Mix NRR Rezdy Mix o.n��r o.num 12npid Redi Mix 12npid Redi Mix Rnpd Red� Mix Rap�d Red� Mix Rapid Red� Mix liedi-Mix lie�i-Mix Redi-Mix Ruli-Mix Retli-Mix Retli-Mix Retli-Mix Redi-Mix Re4i-Mix Re4i-Mix Re4i-Mix Redi-Mix Redi-Mix Reqi-Mix Reqi-Mix Redi-Mix Redi-Mix 12edi-Mix 12edi-Mix Redi-Mix Redi-Mix Redi-Mix Ruli-Mix Redi-Mix Redi-Mix Redi-Mix Redi-Mix Redi-Mix Redi-Mix Redi-Mix SRM Concrele SRM Concrele SRM Concrele SRM Conaete M7842344 4,000 Oy� ConcrcLe f r Rndge Deck R2136R20 3,000 ps� Concrele for Sidewalks Nnd Rnmps R213GN20 3,000 ps Concre�e for Sidewzlks znd Rnmps U2146N41 / 6 44eacke / 3,600 pxi C�ncreLe f r Dnlled Sh.hlls / I.ighLing.hnd Trefflc Signal Poundnliona U2146K45 / 6.65 rackr / 3,600 ps Conere�e f r Dnllul Shnflr / I.ighlmg nnd T2fic S�gnal F�undzLi�ns U2146R41 / 6 44 sacks / 4.500 p�i ConcreLe for Dnlled Pieroil.ighl P�le bases. R2136RI4 / 5.00 sacks / 3.500 p�i ConcrcLe for S�dewalks' and Rzmpx R2141 R1A/ 5.53 / 4,000 ps Concrele for Junc��on Hox, Rox Culven, S�dewalks and Rzmp�. R2146R35 / 6-I I/ 4,500 ps Concrele for Inle�, Manholes, nnd Headwnl Is R2146R36 / 6-17 / 4,500 ps Concrele for Hnnd Plnced Pn��ng R2141 R30 / S$5 SK / 4,000 psi Concrete for Rox Culverls & Headwnl Is Q2141 R27 / 5_69 sacks / 4.000 psi Conerete for Machine Nlaced Na�nng R2146R33 / 6-Ol Sacks / 4,000 ps Concrcle Mix fur CIN Sewer Manholes R2146K33 / 6_01 Sacks / 4.000 psi Concrtte Mix forClP Sewer Manhole� R2146R44 / 6.60 Sacks / 4,500 ps Concrele Mix fur Hand Placed Paving R2146K44 / 6.60 Sacks / 4,500 ps'i Cuncrtte Mix for Hand Nlaced Na�nng NCS5020A 3000 ps� Concrele Mix (ur Cu[b & Gulter, Dnveways, S�dewalks TX C-YY 3000 ps'i Cuncrtte Mix forCurb Inlet5 TX C-NV 3000 psi Conertte Mix forCurb Inlets C[.S PI-YY / 6.00 Sacks / 4,000 V5� Loncrtte (or Culla[t, Manhules, Rux Culverls C[S A-YY / 5.00 Sacks / 3,000 Vs� Concrtte (or S��ewalks & Ramps, and Curb & Guuer C[S A-NY/ 5 00 Sacks / 3,000 V5� Loncrele Cor S�dewalks & Ramps, and Curb & Gutler TX C SF-YY / 550 Sacks / 3,600 Vsi Concrete for Ma�'hine Nlaced Na�nng TX C SF-NY SSO Sacks / 3,600 ps� Conerele for Machine Plai'zd Paving CLS P2-YY / 650 Sacks / 4,500 ps'i Concrele Cor Hand Pla��ed Paving CLS P2-NY / 6.50 Sacks / 4,500 ps'i Conerte for Hand Placed Pa�nng FTW FLOW FII.L / 150 psi wn�rele for Flowable TX 5-NY / SSO Sneks' / 4000psi Concrele Mix Cor Clns's S Slab Pn�nng - No Fly As'h TX 5-V V/ 4.50 Sncks / 4000psi ConcreLe Mix for Clas's S Slab Pn�nng TX P.-NY / 470 Sacks / 3000psi C�ncrcLe f�r Sidewniks, Thrusl, Curb�, CIP F0020022 / 2.5 Sacks / ISOps Concrele f r Fl�w Fill 30ASOMR / 5 SK / 3,000 ps Concre�e f r Sidewzlkx 45A60MR / 6 SK / 4,500 ps Conere�e f r Hand Placed Pavmg RRM6320AHP 4500 ps Conerele for Hand Placed Pavmg RRM5525A 3600 p�i ConaeLe for Valley Guuers, S�dewalks, Approaches', ADA Ramps RRM6020ASS 4000 psi Concrete for SWm Dram Slructures RRM5320A 3000 psi Concrete for Rbckmg RRM5020A 3000 psi Cuncrete for Curb, Giater, Dnveways, S�dewalk, Ramps DCA2F.554 3000 ps Concrcle Mix fur Rip Rap VOl l 1524 3000 psi Cuncrtte Mix for Curb & Guuer POCI0021 215 ps Fluwable Fi II - CI.SM I O.I11524 3000 ps'i Cuncrtte Mix for Dnveways, S�dewalks, ADA Ramps I O.I I1504 3000 psi Cuncrete Mix for Sidewalks 10[.11504 / 6.00 Sacks / 4,000 ps'i Cuncrtte Mix for Sidewalks, Curb & Gutl.er, SewerManhole, Inlels. &.lunclion Huxes 10[.I 1524 / 6.00 Sacks / 4,000 Vs� Loncrtte Mix Manholes, Inlets, lunctiun I3oxes, Headwalls I R,II 1524 3�00 Vsi Conerete Mix forTh[ust Rlocks, Valve Vads I OL21524 4000 ps'i Concrele Mix for Manholes 1561 I 524 4000 psi Concrel.e Mix Cor Casl-in-Pluce Slorm Drnm Slrucwres I OLI I SFA 3600 psi Concrele Mix for I3ntlge subslni�lures 1561 I S D4 4000 psi Rntlge SI26s F35238 VN 100 psi Flowable Fill - CLSM FODI38 VM 100 ps'i Fl�wable Fill - CLSM I OJ I 1554 3000 psi Concre�a Mix for Rip-Rep POGI38K9 1000 ps'i Concrele Mix forTrench Repnir Hase Malennl I OKI I5243600 psi C�ncreLe Mix for P cnsemenl I ONI 1507 4500 ps (2G00 ps �d 24 hrs.) C�ncreLe Mix for HFS Pn�nng I ONI 1504 5000 ps (3G00 ps �rD 2 dzyx) C�ncreLe Mix for HFS Pn�nng SOK I I 524 3600 p�i ConcrcLe Mix f r Machme Plzced Paving I OM I I SD4 4500 p.%i ConcrcLe Mix for Hand Placed Pzvmg, SLoim Drom SvucLures I OM I I 524 4500 psi Concrete Mix for Hand Placed Pavmg I OM I I 504 4500 psi Concrete Mix for Hnnd Plncul Pa��ng 145CDSP4 4500 ps Concrele Mix for Hand Plamd Pnving, S�orm Dain SLruclure� 145P25P4 4500 ps Concrele for Slorm Drein Struclures I OKI I SC4 3500 psi Concrete for Thrusl Hbcks. Valve Pnds 1561ISC44000 ps� Concrele forClP Stonn Dram Sln�cWres I OI.I I SC4 3600 psi Cuncrtte fur Manhule. Inlet. Junclion Hux, Headwall 80I.1 I SDS 3600 psi Cuncrtte (ur Dn lled Shaf�/I.ighting and Tal7ic Sigial Foundalions I ONI ISD6 Slurry Dis'placement Sha(�, Undere.�aler Dnlled shalls 30000 3,000 ps� Concrele for Sidewalks and Ramps, Cu�{r & Gulter 40050 4,000 ps� Concrele for Heudwalls, Relainmg Wall, Cullan 35023 3,600 ps� Con�rele for Machme Placed Vaving 40068 3,600 psi Conaete for Macliine Placed Paving CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 9/9/2022 9/9/1A22 9/9/1A22 9/9/1A22 9/9i2022 2/10/1A23 V I3/1A23 4/I/201A 4/I/201A 4/Ii201A 4/Ii201A 5/Si2023 9/9i2022 9/92022 9/92022 9/9/2022 9/9/2022 9/92022 9/92022 9/92022 9/9/2022 9/9/2022 10/102022 10/102022 9/9/QOQQ 9/9/Q(� 9/92022 9/9/1A22 9/9/?A22 9/9/1A22 9/9/1A22 9/9/1A22 9/9/1A22 9/9/1A22 9/92022 9/9i2022 II/30i2023 II/20i2023 II/20i2023 4/I1201A II/30/2023 9/9R022 Conerete(Condnoedl 033000 MixDesign 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 32 13 13 Mix Des'�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 34 13 Mix Des�gn 03 34 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix �esign 03 30 00 Mix Design 03 30 00 Mix Design 033000 MixDesign 033000 MixDesign 033000 MixDesign 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Des�gn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 03 30 00 Mix Desgn 32 13 13 Mix Desgn 32 13 13 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Des�gn 03 30 00 Mix Design SRM Concrele SRM Concrele SRM Concrele SRM Concrele SRM Concrele SRM Concrele SRM Concrele SRM Concre�e SRM Concrele SRM Concrele SRM Concrele SRM Concrele Tanani Cuncrete Tarrani Cuncate Tanani Cuncate Tanani Cuncate Tarrani Cuncate Tneranl Concrete Tneranl Conerete Tananl Conerete Tarrani Concrete TnrranLConcrele Tnrranl Concrele TnrtanLConcrele TnrtanLConcrele Tilnn Ready Mix Tnrr�niConcreie Tnr.ani C�ncreie Tilan Reatly Mix True GnL Rrqi Mix True GnL Red� Mix True GnL Rul� Mix True GnL Red� Mix True GriL Red� Mix True GriL Red� Mix True Gnt Red� Mix Wildcniter RedrMix W i Idcalter RedrMix W i Idcalter RedrMix W i Idcalter RedrMix W i Idcalter Red�-Mix Wise Redi Mix 45300 4j00 ps Concrele for Hnnd Pleced Paving 45000 4,500 ps� Concrele for Hnnd Plncul P:�ving 4032G 4,500 (3,00 �N 3-dzyx) ps Concreie for HFS Pn�ng 350223,G00 ps Concre�e forJunn�on R�x, Reininmg Wallr 30050 3,000 ps Concre�e f r Sidewzlkx, Rzmpx, Inlels, JuncLi�n Roxer, ThrusL Rbcks, Curb and GuLler, Dnveway�, Rartier Ramp 50310 5,000 ps Concre�e for HFS Paving 45023 4,500 ps Concre�e for Hand Placed Parmg 906 400ps Concrele for Flowable Fill 904 ISOps Concrele forCISM Trench Repa�r 910 ISOps� Concrele forCI.SM 45050 4500ps Concrcle DI00008553CH 4,000 ps Conercle for Rdndge Appruach Slab, Duk Slab PW60AHP 4500 ps Concrcle Mix furHand Placed Paving PW6020AHP 4500 ps Concrele Mix fur Hand Placed Paving TCFW6020AHN 4500 psi Cuncrtte Mix for Hand Nlaced Na�nng PW7520AMR 4500 (3000 ps'i �r� 3-days) ps'i Cuncrtte H5S Na�nng PW6520AMR 4500 (3000 Vsi �n) 3-days) psi HPS Nn�nng PW5520AMP 3600 ps� Conirele forMachme Placed Vaving P W5320A 7000 V5� Loncrtte Mix for Rlocking P W FF I SOCISM 50-I50 Vs� Flarable Pil I- CI.SM FWFF275 50-150 ps'i Flowable Fill - CI.SM FW6020A2 4000 ps'i Concrele Mix for SLorm Dain Stni�'lures TCF W 6025 A2 4000 psi Con�rele for Manholes TCFW5020A 3000 psi ConcreLe for Sidewniks FW5025A 3000 ps'i Concrele Mix forCurb & Ciull.er, �nveways, Sidewalks, ADA Ramps 3020AR3000 psi C�ncrcie f�rSidewulks CP5020A 3000 psi Concrele Mix f rCurb and Guuer FW5525A2 3600 psi C�ncrcLe Mix Cor SWewnik�, Dnve Apprwches', ADA Remp TRC4520 4500 psi C�ncreLe f�r Hznti Pl:�ceti Pn�nng 0250.230 3000 ps Concre�e Mix f�r FlzLwork, Curb & GulLer, Dnveways, Sidewelks, ADA Rnmps' 270.230 5000 ps Conere�e f r Hand Placed Pzving 0250.2301 3000 ps Concre� Mix for Curb & Guuer, Dnvewzyx, Sidewalks, ADA Ramps 0260.23024000 ps Conere�e Mix forMachine Placed Pavmg 0255.2301 3600 ps Concrele Mix for Machine Plncul Pa��ng 0260.2301 4500 ps Concrele Mix for Hand Plamd Pnving 0265.2301 4500 ps Concrele Mix for Vnllev Giaters, Hand Placed Paving 3620AI / 6.00 Sacks / 3.600 psi Concrete Mix for Mnchme Plamd Paving 4520AI / 6.50 Sacks / 4.SW psi Concrcte Mix for Hnnd Nlnced pnving 3020AI / 5.00 Sacks / 3.OW psi Concrete Mix for Sidewalks and Inlels / 517 Sacks / 3600ps Con e Mix for FoimdaLions/S�n�cLures 4020AI / 6.00 Sacks / 4.000 psi Cuncrtte Mix for Sidewalks and Inlels 3678 3600 psi Conc�ete Mix Po� Lighting and T�a�c Signal Po�ndations 9/9/2022 9/9/2022 9/9/2022 5/12024 9/92022 9/9/2022 12/j/2022 9/9/2022 9/92022 9/9/QOQQ 9/9/QOQQ 9/9/Q� 4/ I 2024 A�vff�altPav' 3Z 12 16 1�ix Des�gn 32 I Q 16 Mix Dee��n 32 12 16 Mix Dee�gn 32 12 16 Mix Dea�gn 32 IZ 16 Mix Dee��,ro 32 12 16 Mix Dea�go 33 12 16 Mix Dea�gn 32 12 16 Mix Deaign 32 IZ 16 Mix Deaign 3Q IQ 16 Mix Deaign 3Q IQ 16 Mix Deaign 32 12 16 Mlx Daslgn 32 12 16 Mix DesiR� Uetec[able Warniqp Surface 32 13 20 DNrS - Pnvers 321320 DWS-Pnvers 321320 DWS-Composiie 321320 DWS-Composile 32 13 20 DMS - Pa��ers Auslin Asphall PTSR117965 NG64-22 Type R Fine Rase Auslin Asphell PTl R139965 V464-22 Type R I^Ine Resa Aus'Iin Asphall PTI RI 17 2 VG64-22 Type R Fine Ras'e Reynoltls As'Vhalt 340-DG-R NG64-22 Type R Ras'e Cuurse ReynolUs AsVhalt I I 12H PG64-22Type H Pme Rase Reynoltls AsVhall 1612H PG64-22 Type H Fme Rase Sunmounl Pn�nnb 3076RV6422 PG62-22Type R Fine Rase Sunmounl Pa�nng 341-HRAP6422P.RG P(i64-22 Type R Fine Fias'e TXHIT 37-211305-20 PG6422 Type R Fine H2se TXRIT 44-211305-17 PGfi4-22 Type H Fine H:�se TXRIT 211305 (1757) PG(4-22 Type R Fine R:ise TXHIT G4-224125-I R VG70-22 Type �) Fine Surf,�me TXBIT 344 MAGSP-D 70-22XR SAC A-R TWe D Fine SurCace PineHallRnck(Wins'IonSalem,NC) Tac�ilePavers Weslem Rnck Co. (Housbn, TX) Deleclable Wnming Pevers PsgineereA Plasll�s, Inc. (Willlamsvllle_ AimorTile ADA 3�IuLions (WllmingloR MA) HenlNge Rnck CIP Composlle Pnver ADASolutions(Wil�ni�g�on,MA) DelecLbleWnminePnvers CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 U[ili� Tr¢nCh F.mbeAm¢n[ Send 330J10 NmbedmentSNnd SilverCreekMatennls 330510 NmbedmentSxnd CrouchMeie�xls 33 OS 10 Nmbedment Sxnd F nnd I_ Di�t N�vers 33 OS 10 rmbedment Smnd F end I_ Di�t M�vers 33 OS 10 Gmbcdme�t Sa�d Tin Top �Ieiti� Marie�ta 8)051 ColdAppl d S' gleC p 1 S'I'u J IS'I'nl )0051 ColAAppl d 5' gleC � 1 S'I'u J IS'I'nl i0051 CoIA Ap� I 1 5' gle C P 5'llu J' 1 3' I� nl R dS ' Silic C I i Appl d, S RI C mp �, S'I' ne loin� Sealant Utility Fmbedment Sand Utility rmbedment Sand U�lity NmbedmentSand U�lity Nmbedment5and Utiliry Embedme�t Sa�d ASTM D�8')3 ASTM Di893 ASTM D5893 n5�1 �I D5893 .�ST\IC:33 ASIN C33 AS I VI C33 AS I VI C33 n5l �I C33 Smrm Sewer - Manholes & Rases/Frames & Cwerx/Sfandard (Round) 33-OS-13 9/28/2018 33 OJ 13 MeMolc Frv�mcs uixl Coven AccuCus� (Go�ixl Steel Compony, LTD) MHRC k220605 (Size -*"24" Die.� ASTM A48 AASHTO M306 9/28/2018 33 OS 13 Menhole C�ver Neeneh Youndry NF-I274-T91 (Sirt-32" IJin) AS�I VI A48 AASI I'I'O M306 9282018 33 OS 13 Menhole Fr;imes znd C�vers Neeneh Foundry NF-1743-I.M (Hineed) (Si�iz-32" Dinl AS�I vi A48 AASII'I'O M306 9/282018 33 OS 13 Menhole Fr;ime Neeneh Foundry NF-193030 (Si�ie-3? 25" Din.) AS�I vi A48 AASI I'I'O M306 9/?8/2018 33 OS 13 Menhole h'r;iinex nnd C�ven Neeneh Youndry I2-I']43-I IV (Siit-32" IJin.) AS�I VI A48 AASI I'I'O M306 4/3/2019 33 OS 13 Menhole h'r;unex rnil C�vers SIF' Inilu+tries++ 22'/9S�I� (Siie-24" IJir.) AS�I�\A A48 AASI I'I'O M306 4/3/2019 33 OS 13 Manhole h'rame.:uid C�vers SIP Indwtnes'++ 2280S�I� (Sne-32" Dia) AS�Il4 A48 AASI I'1'O M306 10/82020 33 OS 13 Menholc P�ames and Cove�s EJ ( Formally Eest ]orden Iro� Wo�ks) LI1033 Z2/A (Size-32 25" Dia.) ASTM A536 AASHTO M306 "*No[e: AI[ ne�v deve[oyn�er�[ ar�d ne�c L�slal[uNoi� n�ar�hu[e IfOs sl�al[ meel Ihe n�lr�ln�un� 30-Ir�il� upening requlrenreni us speillied Ir� Gl�� Speillii�uNun 33 OS ]3. Aril'srrial[er oPeriLix sl: es ���][I unll' be nllowe0lor e.eisliiie irrnnlides ilin[ re9ulre reVla��eirier�tf'airies nn0 wvers. 5[orm Sewer - Inlef & Structures 33-05-13 10/N/2020 33 4Y 20 Cwb Inlcts Forr.crrra FRT-I Ox3-405-PRFCASTt* (Sir.e - 10' X 31 10/8/2020 33 49 20 C�rb I�lets Poitenxa FRT-I Ox3�06-PRECAST*" (Siu- 10' X 3') 10/8/2020 33 49 20 C�rb I�lets Foitenxa FRT-I Ox4.5�07-PRECAST** (Size- 10' X 4.5') 10/8/2020 33 49 20 C�rb I�lets Foitenxa FRT-I Ox4.5�20-PRECAST** (Siu- 10' X 4.5') 10/8/2020 33 39 20 Menhole Foite�rta FRT-0X4-009-PRECAST-TOP (Siu-4' X 4') 10/8/2020 333920 Menhole Foiie�rta FRT-0X4-009-PRECAST-BASE(Size-4'X4� 10/8/2020 333920 Menhole For[errta FRT-SXS-0IO-PRECAST-TOP(Size-5'X5� 10/8/2020 333920 Menhole For[errta FRT-SXS-0IO-PRECAST-BASE(Size-5'X5� 10/8/2020 33 39 20 Menhole For[e�rta FRTfiXb-0I I-PRECAST TOP (Siu-6' X 6� 10/8/2020 33920 Menhole Por[e�rta PRTfiXb-0II-PRECAST-BASE(Size-6'X6� 3/19/2021 334920 C�rbinle[s ThompsonPipeG�oup TPG-IOX3-0OS-PRECASTMLET**(Size-10'X3� 3/19/2021 334920 C�rbinle[s ThompsonPipeG�oup TPG-ISX3-0OS-PRECASTMLET**(Size-IS'X3� 3/19/2021 334920 C�rbinlets ThompsonPipeG�oup TPG?OX3-0OS-PRECASTMLET**(Size-20'X7� 3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-0X4-009-PRECASTTOP(Size-4'X4� 3/19R021 333920 Manhole ThompsonPipeG�oup TPG-0X4-009-PRECASTBASE(Size-4'X4� 3/19R021 333920 Manhole ThompsonPipeG�oup TPG-0X4-012-PRECAST4FTRISER(Size-4'X4') 3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-SXS-0IO-PRECASTTOP(Size-5'X5� 3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-SXS-0IO-PRECASTBASE(S¢e-5'X5� 3/19f2021 333920 Manhole ThompsonPipeG�o�p TPG-SXS-0I2-PRECASTS-FTRISER(S¢e-5'X5� 3/19YL021 333920 Manhole ThompsonPipeG�o�p TPGLX6-0II-PRECASTTOP(Size-6'X6� 3/19f2021 333920 Manhole ThompsonPipeGro�p TPGLX6-0II-PRECASTBASE(S¢e-6'X6� 3/19/2021 333920 Ma�hole ThompsonPipeGro�p TPGfiX6-012-PRECASTf.FTRISER(S¢e-6'X6'7 3/19/2021 333920 Ma�hole ThompsonPipeGro�p TPG-7X7-0II-PRECASTTOP(Size-7'X7� 3/19l2021 333920 Menhole Tho�npso�PipeGroup TPG-7X7JI1-PRECASTBASE(Siu-7'X7') 3/19/2021 333920 Menhole Tho�npso�PipeG�oup TPG-7X7�12-PRECAST4-PTRISER(Siu-7'X7') 3/19/2021 333920 Menhole Thompso�PipeG�oup TPG-SX8�11-PRECASTTOP(Size-8'X8� 3/19/2021 333920 Menhole Thompso�PipeGroup TPG-NX8�11-PRECASTBASE(Size-8'XS') 3/19/2021 333920 Menhole Thompso�PipeGroup TPG-NX8�12-PRECASTS-FTRISER(Siu-8'XS') 3/19/2021 334920 Dropinle� ThompsonPipeG�oup TPG�X4�08-PRECASTMLET(Size-4'X4� 3/19/2021 334920 Dropinle� ThompsonPipeGroup TPG-SX5�08-PRECASTMLHT(Size-5'X5� 3/192021 334920 Dropinlet ThompsonPipeGroup TPGfiX6�08-PRECASTMLHT(Size-6'X6� 82820ti 33 49 10 Menhole OldcesNe P�ecast4' x 4' Stecked Manhole (Size-4' X 4� 8/2820ti 33 49 10 Manhole Oldcestle P�ecast 5' x 8' Sror�n h�netion Box (Size -5' X 8� 8/28/2023 334910 Manhole Oldcaztle P�ecast4'x4'Sror�nh�netionBox(Size-4'X4� 8/28/2023 33 49 10 Manhole Oldcaztle P�ecast 5' x 5' Sror�n h�netion Box (Size -5' X 5� 8/28/2023 33 49 10 Manhole Oldcastle P�ecast 6' x 6' Sronn ]unction Box (Size-6' X 6� 8/28/2023 33 49 10 Manhole Oldcaztle P�ecast 8' x 8' Sror�n ]unction Box Base (Siu- 8' X 8� 8/28R023 33 49 10 Manhole Oldcaztle P�ecsst 5' x 8' Sror�n ]unction Box Base (Size- S X 8� 8/28R023 33 49 10 Manhole Rinker Mate�ials ReinPorced 48" Diameter Spread PootinQ Manhole (Size-4' X 4� 8/28Y2023 33 39 20 Cu�b Inlet 10'x 3' Riser Thompson Pipe G�oup Inlet Rise� (Size-3 P'I) 8/28Y2023 333920 Cu�binletl5'x3'Rise� ThompsonPipeG�o�p InletRise�(Size-3P'I) 828f?023 333920 Cu�binlet20'x3'Rise� ThompsonPipeG�o�p InletRise�(Size-3P'I) I/122024 33 49 20 Drop Inlet AmeriTex Pipe &Prod�cr Drop Inite (4' X 4� I/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Prod�cG Drop Inite (5' X 5� I/19/2024 33 49 20 Ma�hole AmeriTex Pipe &Prod�ets Precast4'x4' Sronn I�nction Box V I9/2024 33 49 20 Ma�hole AmeriTex Pipe &Prod�cts Precas� 5'x5' S�onn ]u�c�io� Box I/19/2024 33 49 20 Menhole A�ne�iTex Pipe &P�oduc�s 5' Prues[ Tensi�io� MH (4' MH on �he mp ofS' 1B) I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s Precas� 6'x6' S�orm ]u�c�io� Box I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s 6' Precas[ Tensi�io� MH (4' MH on �he �op of'6' JB) I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s Precas� 8'x8' S�orm ]u�c�io� Box I/19/2024 33 49 20 Menhole AmeriTex Pipe dProduc�s 8' Prues[ Tensi�ion MH (4' MH on �he �op of 8' JB) I/19'201A 77 4) 20 MaMole AmenTex Pive &Produc�s Twe C S�o�m D- M h I B!4 MH �he m� f RCB11 "*Nr Y�aal �nlels are apyoved /ur [l�e slage / yurl(un af h_ �re (basln/ unh S[aee (lpurllun I Ihe �hu��hre ure requlred b ausl ]n plarr N � p luns In llil� requirenrenl Jin]l 6� aliuioed nBTM C913 ASTIvI C913 ASTM C913 ASTM CY I3 ASTM CYI3 4STM CYI3 4STM CYI3 ASTM CYI3 ASTM C913 ASTM C913 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTM 615 ASTIvI 615 ASTM 615 ASTM 615 ASTM 615 4STM 615 4STM 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C433 ASTM C913-16 ASTM CY13-16 ASTM CY13-16 ASTM CY 13 ASTM C913 ASTM C913 ASTIvI C913 ASTM C913 ASTM C913 ASTM C913 4STM CYI3 4STM CYI3 ASTM C')13 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF OS/16/2024 Smrm Sewer - Pipex & Boxex 33-OS-13 4/9/2021 33 41 13 Sro�en Drein eipes 8/28/2023 33 49 IO Bi�nn Drain Plpes 828/2023 334910 CulvertRox IO/12/2023 33 4I IO Bi�nn Drein Plpea 10/12/1A23 344110 CulvartRox 10/18i2023 35 41 10 S��rm Dain Rpes 10/I8/2023 364110 Cuh�cnHox Advuix�ed Dreinuve Sys�ems, Iz (ADS) ADS HP S�orm Polypropylene (PP) PiOe (Size- 12"-60") RinkerMnLennls Reinfurce4C�ncreLePipeTonguezndGroove.binLPrye(Si�i.e- RinkerMnLennls Reinf rced C�ncrcLe R�x Culverl (Srt- Vnnous') AmenTu Pipe &Producl� Reinf rcecl C�ncreLe Pipe T�ngue znd Gr�ove.I�inL Prye* (Sir.e AmenTez Pipe &Producl� Reinf�rcecl C�ncreLe R�x Culverl (s�re - Vzn�us)) The Tumer Co. Reinf�rced C�ncreLe Rpe Tongue and Ciroove JoinL Pipe* (S�r.e TheTi�merCo. Reinl'orcedConcreLeRoxCulveri(s'irz-Vanoi�s'1 21"or larger) - I S" or larger) � ASTM FL881 & AASHTO M330 ASTM C76, C6J5 ASTM C789,C850 ASTM C76, C506 ASTM C1433,C1577 ASTM C76, C506 nSTM C1433,C1577 FORT WORTH�� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification I Manufacturer I Model No. � � Water & Sewer - Manholes & Bases/Comuonents 3339-10 Bev 2/3/161 I 07/23/97 33 OS 13 Urcthanc Hydrophilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201 I 04/26/00 33 OS 13 OfTsct loint for 4' Diam. MH Hanson Concrcic Products DrawinR No. 35-004R-001 I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2��-4GGaskct I I/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSysicm � � Water & Sewer - Manholes & Bases/Fiber2lass 3339-13 (1/8/131 I I/26/99 33 39 13 Fibcrgla» Manholc Fluid Containmcnt, Inc. I OR/30/06 33 39 13 FbcrRlas� Manholc LF. ManufacturinR � � Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-OS-13 (Rev 2/3/161 I* 33 OS 13 IManholc Framcs and Covcry I Wcstcm Iron Workv, Bavv & Hays Foundry � � � Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 Bev 2/3/161 Flowtitc f�➢L I* 33 OS 13 Manholc Framcs and Covcn Wcsicrz� Iron Works, Bass & Hays Foundry 30024 I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc. A 24 AM I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry R-1272 I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry NF 1274 I33 OS 13 Manholc Framcs and Covcn SiRma Comoration MH-144N I33 OS 13 Manholc Framcs and Covcn SiR�na Comoration MH-143N I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon GTSSTD I33 OS 13 Manholc Framcs and Covcn Nccnah CastinK I10/31/06 33 OS 13 Manholc Framcs end Covcn (Hin„cd) Powcrscal Hinqcd Ductilc Irun Manholc I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gobain Pipclinc� (Pammx/rcxus) RE32-RSFS I 01/31/06 33 OS 13 30" Dia. MH RinK and Covcr East Jordan Iron Works V I432-2 and V I483 Dc�iRns I 11/02/10 33 OS 13 30" Dia. MH Rin� and Covcr SiRma Comoation MHI651 FWN & MHI6502 I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accucast 220700 Hcavy Duty with Gaskct RinR I30" ERGO XL Asscmbly 10/14/13 33 OS 13 30" Dia. MH RinK and Covcr (HinKcd & Lockablc) [a�l lordan Iron Work� with Ca�n Lock/MPIC/T-Ga�kct � 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablcl CI SIP Indusiric� 22R0 (32"1 C'AR()VE-30-FT\4', Composite, wi Lack 09/16/19 33 OS 13 30" Dia. MH RinRand Cover ComVosi�e Access Produc�s, I..P. w/o Hin¢ 10/07/21 34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fizme and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 Bev 2/3/16) * 33 05 13 Manhole Frames and Covers PonaA-Mousson Pamn¢h[ * 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢ * 33 05 13 Manhole Fimmes and Covers Wes�ern Iron Works,Bass & Hays Foundiy 300-24P * 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM 03/OS/00 33 05 13 Manhole Fiames and Covers Ace�casr RG2100 04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvate Ltd. 300-24-23]5 Rine and Cover Water & Sewer - Manholes & Bases/Precast Concrete (jtev 1/8/13) * 33 39 10 Manhole, Precast Conaete Hydro Condmr Coiv SPL Itein #49 * 33 39 10 Manhole, Precast Conaete Wall Conaete Pioe Co. Ine. 12/05/23 OS/US/IS � 10/27/U6 � 06/09/10 � 09/06/19 � 10/07/21 � 10/07/21 � 10/07/21 I03/07/23 I 03/07/23 I 04/28/07 � 333910 �Manhole,PrecasrConcrere 33 39 10 Manhole, Preceat Concrete 33 39 10 Manhole, Precast Concrete 33 39 10 Manhole, Precaec (Remfoiced Polymer)Conerete 33 39 20 Manhole, Precasr Concrere 32 39 20 Manhole, Precasc Concrece 33 39 20 Manhole, Precaet (Reinforced Polvmer) Concrete 33 39 20 Manhole, Precaet (HVbrid) Polymer & PVC 33 39 20 Manhulq Prccast Cuncrctc 33 39 20 Manhulq Prccast (Rcinfurcnl Pulymcr) Cuncrctc Manholq Prccast (Rcinforccd Polymcr) Concrdc Sewer -(WACI Wastewater Access Chamber 33 39 40 The Turner Comnany Oldcastle Precast Inc. US Camoasite Pioe Forterra Pioe and Precast Fortena Pioe and Piecast Armorock Predl Sysrems AmcnTcx Pinc and Products, LLC' P3 Pulyincn, RuckHardscp Amit«hI;SA 72" I.D. Manhole w/ 32" Cone 48^, 60" I.D. Menhole w/ 32" Cane 48" I.D. Manhole w/ 24" Cone Reinforced �olymer Conerete 60" & 72" I.D. Manhole w/32" Cona 48" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" &60" I.D. Manholew/32" Cone 4R" & 60" I.D. Manholc w/32" Conc 4R" & 60" I.D. Manholc w/32" Conc Mcycr Polycrdc Pipc � Water & Sewer - Manholes & Bascs/Rehab Svstems/Ccmcntitious � * EI-14 ManholeRehabSystems Quadex � 04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP � EI-14 Manhole Rehab Systems AP/M Pern�aforn� � 4/20/01 EI-14 Manhole Rehab Sys[em StroneComoany Snron¢ Seal MS2A Rehab Sys�em � 5/12/U3 EI-14 Manhole Rehab System (Liner) Tnolex Linin¢ Sye[em MH reoeirorod�ct ro stoU mfil�ranon I08/30/06 General Conerete Reoeir FlexKrete Technolo¢ies Vinyl Polyesrer ReU��r �rod�ct � Updated: 12/29/2023 National Spec I Size ASTM D2240/D472/D792 ASTM C-043/C-361 SS MH TaHic and Non-traHic arra ASTM 3753 Non-h-aHic arra Non-h-aflic arra 24"x40" WD 24" Dia. 24" Dia. ASTM A4R & AASHTO M306 24" Dia. ASTM A4R & AASHTO M306 30" Dia. 24" dia. 24" dia. ASTM A536 24" Dia. 30" Dia. AASHTO M306-04 30" Dia. 30" Dia 30" Dia 30" Die ASSI ITO M 105 & ASTM AS}6 30" Dia ASTM A 4R 30" Die. ASTM A 4R 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. ASTM A 48 24" Dia. ASTM A 48 24" Dia. ASTM C 478 48" ASTM C-443 48" ASTM C 478 ASTM C 478 ASTM C 478 ASTM G76 ASTM G76 ASTM C-77 72" 48", 60 48" Diam w2A" RinQ I 48" ro 72" � 60" & 72" � 4&" � 48" & fi0" � 48" & 60" Non Tratfic Areae � ASTM C-07R; ASTM C-923; ASTM C-043 ASTM D5813 Misc. Use * From Original5tandard Products List 1 FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification I Manufacturer � Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitioos � 05/20/96 EI-14 Manhole Rehab Systems Sorayroq, I 72/14/01 Coatin�forCo�rosiooprotcction(Extc�or) HRTECH � al/3l/a6 Coar��st�CoRos�ooP�o��ro� Cha�crto� IR/2R/2006 CoatinKsf rCo�rosion Protation Warrcn Environmcntel I I33 OS I C, 33 39 10. 03/19/1R 333920 CoatinKforCo�rosooprotat�on(Extc�or) ShcnvioWilliems � � Water & Sewer - Manhole Inserts - Field Ouerations Use Onlv (Rev 2/3/161 I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs I* 33 OS 13 Manholc Inscrt South Wcstcm Packa�inR I * 33 OS 13 Manholc Inscrt Noilow-Inflow I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sral�, Inc. I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scal+, Inc. � � Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131 � i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e� a�a sy�c�ms, i��. IO2/02/93 Stainlcs� Stccl Casing Spactt Advanccd Products and Systcros, Inc. I04/22/R7 Casing Spaccrs Cascadc Watcnvork� Manufacturing I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Insularor I 09/14/10 Coatal Stccl Ca�in Spaccrs Pipdinc Sral and Insularor I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal 03/19/IS Casing Spaceis BWM 03/19/IS CasingSpacers BWM � 03/29/22 33 05 13 Casing Spacei� CCI Pipeline S}rstems Water & Sewer - Piues/Ductile Iron 33-ll-10(1/8/13) Model No. Sorav wall eolyureH�ane Coann¢ Scncs 20230 and 2100 (Asnhatic E�nulsion) Arc 791, S 1 HB, S l, S2 5-301 and M-301 RR&C Da�npprooting Noo-Fibcrcd Spay Gradc (Asphatic Emul�ion) Madc to Ordcr- Plastic Madc to Ordcr- Plastic Madc to Ordcr- Plastic LitcSavcr- Stainlcss Stccl TcthcrLok - Stainlcss Siccl ca�n�� sr��i s�au�, M�a�i si Stainlcss Stccl Spaccr, Modd SSI Casing Spaccrs Stainlcss Stccl Casing Spdcer Coatal Stccl Ca�in Spaccrs 4R10 Powcrchock SS-12 Casing Spacei{Stainless S�eel) F�12 Caving Spaccr (Coatcd Carbon Stccl) for Nonsrcvwrc Pipc and Groutcd Casing CSC 12, CSS 12 Updated: 12/29/2023 Size I I � Sm,ceures Only � Sc�y��nnni��ae�o�ti � Scwcr Ann�,�ti�n, I I For Extcnor Coating ofConcrctc � Sm,ceurc, Only � � For 24" dia. I For 24" dia. I For 24" die. I For 24" dia. I For24"dia l � � � � � Upto4R" I Up to 48" I Up to 4S" I National Spec ASTM D639/D790 Acid Rcsistancc Tcst ASTM D 1248 ASTM D 1248 ASTM D 1248 * 33 I I 10 Ducnle Iron lipe GriH'in Pipe I'rad�cts, Ca Super Bell-Tite Ductile Iron Pressure Pipe, AWWA CI50, CI51 OR24/1 R }3 I7 70 Ductilc Iron Pipc Amcricen Ductilc Iron Pipc Co. Amcncan Festitc Pipc (Bcll Spigut) AW WA CI50, C757 08/2A/18 33 I I 10 Ductile Iron Pipe Amencan Ducnle Iron Pipe Co. Amencan Flex Ring (Runained Joint) AW WA CI50, C151 * 331110 DucnlelronPipe U.S.PipeandFoundryCo. AWWACISO,CI51 * 331110 Duc�ilelronPipe McWancCastlronPipeCo. AWWACISO,CI51 Water & Sewer - Utilitv Line Marker (08/24/20181 � Sewer - Coatinas/Euosv 33-39-60 (Ol/08/131 o2i25/oz enoxy������Sys���n Sa���c�sc�,m� Sc�v��a�a2loaS �nC����yx2lo-1.a3 72naioi enoxy������Sys���n en�hTc�h���iC�ae�K� ert��hzoaod�aziooSc���� 04/14/OS Intcnor Ductilc Iron Pinc CoatinK In�uron Protccto 401 ASTM B-177 01/31/06 Coatin��forCo�ro�iooProta:tion Chcsicrton Arc791,SIHB,SI,S2 AcidRc�i�tanccTcsl R/2R/2006 Coatin��forCo�ro�ionProtation WarrcnEnvironmcntal 5-301andM-301 Sewer - Coatines/Polvurethane � Sewer - Combination Air Valves OS/25/IR 33-31-70 AirRdra�c Valvc AR.I. USA.Inc. Sewer - Pioes/Concrete * ewa c���. e�n�, a���r���� wan c���a� P�n� co. i��. * EI-04 Conc. Pipc, Rciniorcal Hydro Conduit Comoation * EI-04 Conc. Pipc, Rciniorcal Hanson Concrcic Products * El-04 Conc. Pipc, Rciniorcal Concrdc Pipc & Product� Co. Inc. Sewer - Piue Enlarement Svstem (Methodl33-31-23 (Ol/18/131 e�M Sysean e�M Como�atio� McConndl Sy+tcros McLat Consiruction TRS Sysicm� Trcnchlcss Rcnlaccmrnt Sy+tcm 3" H�iv 2A" 4" thru 30" 4" thru 30" Ductilc Iron Pinc Only Scw�� nnni��ae�o�, s�wc� anni��ae�o�, D025LTP02(Compo+itc Body) I I Z ASTM C 76 Class III T&G, SPL Itcm #77 ASTM C 76 - ,. - , - ASTM C76 ASTM C76 Polycihylcnc PIM Com�, P�s�ata Way, NJ. Apnrovcd Prcviously Polycihylcnc Houston, Tcxes Apnrovcd Prcviously Polycihylcnc CalKary, Canada Apnrovcd Prcviously * From Original5tandard Products List 2 FORT WORTH� IApproval Spec No. �Classsification � Sewer - Piue/F�ber�lass Reinforced/ 33-31-13(1/8/131 � 7/21/97 33 31 13 Cent Cast FiberRlass (FRP) � 03/22/10 33 31 13 Fiberelass Pioe(FRP) � 04/09/21 33 31 13 Glass-Fiber Reinforced Polvmer Pine (FRP) I 03/07/23 33 31 13 Fbcrgla» Pipc (FRP) � � Sewer - Piue/Palvmer Piue � 4/14/u5 PolymerModiftedConcre�ePioe I 06/09/10 EI-9 ReinfarcedPalymerCanaetel'ioe � � Sewer - Pines/HDPE 33-31-23(1/8/131, I * Hi¢h-densirynalye�hylenen�oe � * Hi¢h-densnyoalve�hyleneo�oe � * Hi¢h-densnyoalverhyleneo�oe � Hi¢h-densiry oalyethylene o�oe � � Sewer - Piues/PVC (Pressure Sewerl 33-11-12 (4/1/131 I 12/02/II 33-II-12 DR-14PVCPressurePipe I 10/22/14 33-II-12 DR-14PVCPressurePipe � � Sewer - Pines/PVC* 33-31-20 (7/1/131, � * 3331-2U PVCSewerPine � 12/23/97* 3331-20 PVCSewerPine � * 3331-2U PVCSewerPine 12/05/23 3331-20 PVC Sewer Pi e 12/05/24 43-41-20 2VC Bawer 2i e * 33-31-2U PVC Sew P�i e � 05/06/05 33-31-20 PVCSoIid�WallPipc I �4�2���6 3331-20 PVC Sewer Fittings � � 3331-20 PVC Sewer Fittings � 3/19/2018 33 31 20 PVC Sewer Pine � 3/19/2018 33 31 20 PVC Sewer P�e � 3/29/2019 33 31 20 Gasketed Fitnngs (PVC) � 10/21/2020 333120 PVCSewerPine � 10/22/2020 33 31 20 PVC Sewer Pine � 10/21/2020 333120 PVCSewerPine � � Sewer - Piues/Rehab/CIPP 33-31-12 [Ol/18/131 I* e��ed t� Pia� r�oe � OS/03/99 Cured in Place I'ioe I OS/29/96 Cured in Place Pioe � � Sewer - Pines/Rehab/Fold & Form � * Fold and Form Pioe � II/03/98 Fold and Form Pine � Fold and Fonn �ine � 12/04/00 Fold and Fonn rioe � 06/U9/03 Fold and Form �ioe � � Sewer - Piues/Ouen Profile Laree Diameter � 09/26/91 EI OU-2 PVC Sewer Pine, Ribbed � 09/26/91 EI00-2 PVC Sewer Pine, Ribbed � EI00-2 PVC Sewer Pioe, Ribbed � I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Do�ble Wall I I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Triole Wall CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Hobas Pioe USA, Inc. Ameran Thomoson Pine Grauo Futurc Pipclnduvhics Ami[ech USA US Camoasite Pioe Phillios Dnscon�oe, Inc. Plexco Inc. Polly Pioe, Inc. CSR Hvdro Condurc/Pioehne Sysrems Pipelife Jetsneam Rayal Building Praducts J-M Manufnc[�nn¢ Co., Inc. (JM Ea¢le) Diamond Plasncs Coi�oimtion Lamson Vylon �ioe Vinylceah PVC Pipe Vinyltech PVC Pipe J-M Men�facturii�,v�Co, lnc. (JM EeRlc) Diamond Plastics Coipoiztion Harco Plasne Trends, Ina(WesHake) Pinelife Jet Stream Pinelif'e Jet Stream GPK Piroduc[e, Inc. NAPCO(Westlake) Sanderson Pine Coro. NAPCO(WesTlake) Insituf rm Texark, Inc National Envirotech G'ouo Revnolds Ine/Inliner Technol¢y (Inliner USA) C�Ilum Pioe Systems, Ine. Insitufarn� Technolo¢ies, lnc. American I'ioe & I'lastics, Inc. Ultrahner Miller Pioeline Coro. Lamson Vylon Pine Exn'usian Technolozies, Inc. uoanar ei� Como�nv Advanced Dimina¢e Sys�ems (ADS) Advanced Dizina¢e Sys�ems (ADS) Updated: 12/29/2023 Model No. National Spec Size Hobas I'ioe (Non-Pieee�ie) ASTM D3262/D3754 Bondsmm�d RPMP Pioe ASTM D3262/D3754 Thamnsan Pioe (Flow[ite) ASTM D3262/D3754 Fibcrvnong FRP ASTM D3262, ASTM D36RI, ASTM D4161, AW WA M45 Meyer Polycre[e lioe ASTM C33, A276, F477 Reinfaiced PalymerCancrete line ASTM G76 Oo�i�re Ducnle Polyethylene Pioe ASTM D 1248 ASTM D 12A8 ASTM D 12A8 McConnell Pioe Enlar¢ement ASTM D 1248 PVC Pressure Pipe AW WA C900 Royal Seal PVC Piessuie Pipe AW WA C900 SDR-26 (PS I I S ) SDR-26 (I'SI I S) I SDR-26 PSIIS SDR-26 (PS I I S ) Gravrt Sewer PS I I S PS I15 I PS I I S I I SDR-26(I'SIIS)GaskeTPimnga I I(iasketcA PVC' Sev:er viain Fittings I I SDR26(PSIIS) I S�JIi 26 S�JR 26 SDR 26 S�JR 26 I SDR26PSIIS I ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034 ASTM D3034 ASTM D3034 ASTM F-679 National Liner, (SPL) ltcm ,W27 Inliner Technolo¢v Insitufarn� "NuPloe" Ul�raliner PVC Alloy Pioeliner EX Method Carlon Vylon H.C. Closed Piroflle Pioe, UI[ra-Rib Ooen Pirofile Sewer Pioe SaniTite H� Double Wall (Coriveated) SaniTi�e HP TriVle Wall PiVe 8" [0 102". Class V � 4^thru 12" 4^thru 12" 4" - I 5" 4" thru 15" 4" thru I S" 4" thiv I S" 18" 18" - 28„ I 8" to 48' 4" - I S" 18"- 24" 4"- I S" 4"- I S" 4" - I S" 4"- 15" 18"- 36' ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-ISU4 Demo. Poroose Only ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 Uo ro 18" diame�er ASTM F 679 I 8" to 48" ASTM F 679 18" ro 48" ASTM F 2736 24"-30" ASTM F 2764 3U" to 60" * From Original5tandard Products List 3 FORT WORTH� IApproval Spec No. IClasssification � Water - Aooarxnances 33-12-10 f07/Ol/131 � 01/IS/IS 33-12-10 Double Stran Saddle � 08/28/02 Double Strao Saddle � 07/23/12 33-12-10 Double Stran Sernce Saddle � 03/07/23 33-12-10 Double Stran Servme Saddle � 10/27/87 Curb Stoo�-Ball Meter Valves 70/27/R7 Curb Stons-Ball Mctcr Valvcv I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvc� � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 01/26/00 CoaTed Taoo�ne Saddle with Double SS Strans � 0/5/21/12 33-12-25 Tanoin¢ Sleeve(Coated Sreeq � 03/29/22 33-12-25 Taooin¢Sleeve(Coa[edorSrainlessS[eeq � 05/10/II Tanoin¢ Sleeve(S[ainless Sreep � 02/29/12 33-12-25 Tanoin¢ Sleeve(Coated Sreel) � 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel) � 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel) I OS/10/II JointReoairClamo I Plastic Meter Box w/Comoosire Lid IPlastic Meter Box w/Comoosite Lid � 08/30/06 Plastic Merer Box w/Comnosire Lid ICancrete Meter Bax ICancrete Meter Bax ICancrete Meter Bax � � Water - Bolts. Nuts. and Gaskets 33-ll-OS [Ol/08/131. � � 10/01/87 0451/88 09/30/87 01/12/93 08/24/88 09/24/87 70/74/R7 01/IS/88 10/09/87 09/16/87 08/12/16 02/05/94 08/OS/U4 Water - Combination Air Release 33-31-70 (Ol/08/13) EI-I I Combination Air Release Vale�e H;I-I I Combination Air Release Vale�e H.I-I I Combination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/14) E-I-12 Diy Barrel Fire Hydrant �I-12 DryBarrelFireHydimnt �I-12 DryBarrelFireHydimnt E-I-12 DryBarrelFireHydrant �I-12 DiyBarrelFireHydiant �I-12 DryBarrelFireHydiant 21-12 Diy Bariel Fire Hydiant &I-12 Dry Barrd Firc Hydant EI-12 Diy Barrel Fire Hydiant �I-12 DryBarrelFireHydiant EI-12 DryBarrelFireHydiant 33-12-40 Diy Banel Fire Hvdimn[ Water - Meters EIOIS DetectarCheckMeter Maenenc Dnve Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Romac Smith Blair Mueller Comnany Power�eal McDonald McDonald Ford Mcicr Box Co., Inc. Ford Meter Bax Ca., Inc. Ford Meter Bax Ca., Inc. Mucllcr Co., Ltd. Mueller Ca., Ltd. Mueller Ca., Ltd. JCM Industnes, Inc. JCM Industnes, Inc. JCM Ind�stnes, Inc. Powerseal Romac Romac Romac Powerseal DFW Plastics Inc. DFW Plastics Inc. DFW Plastics Inc. Bass & Hays Bass & Hays Bass & Hays Model No. 202NS NVlon Coated #317 Nylon Coated Double Strao Saddle DR2S Double (SS) Stran DI Saddle 3450AS, Incl. Coro. Stoo. Dbl Stran. Stainless 6100M,6100MT & 610MT 4G03B, 4604B, 6100M, 6100TM and 6707M FB600-7NL, FBI600-7-NL, FV23-777-W-NL, L22-77NL FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL FB600-4-NL, FB1600-4-NL, BI I-444-WR- NL, B22444-WR-NL, L28-44NL B-25000N, B-24277N-3, �20200N-3, H- ISOOON„ H-1552N, H142276N B-25000N, B-20200N-3, B-24277N-3,H- ISOOON, H-14276N, H-15525N B-25000N, B-20200N-3,H-ISOUON, H- 15530N k406 Double Band SS Saddle 412 Taon�ne Sleeve ESS 415 TaooinR Sleeve 3490AS (Flanee) & 349UMJ FTS 420 SST Srainless Steel SST 111 Stainless STeel 3232 Bell Joint Reoair Clamo DFW37C-12-I EPAF FTW DFW39C-12-I EPAF FTW DFW65C-14-I EPAF FTW CMB37-BI21I18 LID-9 CMB-IS-Dual 1416 LID-9 CMB65-B65 1527 LID-9 Updated: 12/29/2023 National Spec Size AW WA C800 I"-2" SVC, uo �a 24" Pioe AW WA C800 I"-2" SVC, uo �a 24" Pioe NSF ANSI 372 I"-2" SVC, �o �a 24" Pioe 3/4" and I" AW WA CR00 AW WA C800 AW WA C800 AW WA C800, ANSF 61, ANSI/NSF 372 AW WA C800, ANSF 61, ANSI/NSF 372 AW WA C800, ANSF 61, ANSI/NSF 372 I'/z" and 2" z� I-I/2" �, z� I-I/2" AWWA C-223 AWWA C-223 A W W A G223 AWWA C-223 AWWA C-223 I"-2" Taos on uo to 12" Uo �a 3U" w/12" Out Cancrere Pioe Only 4"-8" and 16" U o ta 42" w/24" Our Uo ta 24" w/ 12" Out Uo �a 3U" w/12" Out 4" ro 30" Class "A GA Ind�stries, Inc. Empire Air and Vac�um Valve, Model 935 ASTM A 126 Class B, ASTM A Mulnolex Manufact�nn¢ Co. Crispin Air and Vacu�m Valves, Model No. ValveandPnmerCoi�. APCO#143C,#145Cand#147C American-Daiiin¢ Valve Amencan Daiiin¢ Valve Clow Coroorenon American AVK ComVenv Clow Corooretion ITT Kennedy Vale�e M&H Valve Comoany Mucllcr Company M�eller Comoany U.S. Pioe & Faundry Amencen Plow Connal (AFC) EJ (East Jordan Iron Works) Ames Camoany Hersey Drawine Nos.90-18608,94-18560 Shao Dimwin¢ No.94-18791 Shoo DrawinR No. D-19895 Madel 2700 Diawin¢s D20435, D20436, B20506 Shoo Diawin¢ No. D-80783FW Shoo DrawinR No. 13476 Shop Dawingv No. 6461 A-023 Crntunon Shop Drawing FH-12 A-423 S�oer Cennnon 200 Shoo Drawine No.960250 Wa�erous I'acer WB67 W aterMaster 5CD250 Model 1000 DetectorCheck Valve Ma¢netic Drive Vertical I"&2" I/2�� �.�&2.� �„ Z„�3„ A W W A G502 A W W A G502 A W W A G502 AWWA C-502 A W W A G502 A W W A G502 AWWA C-502 A W WA G502 A W W A G502 AWWAG502 AWWA C-502 AW WA C550 AW WA C701. Class I 4" - 10" 3/4" 6" * From Original5tandard Products List 4 FORT WORTH� IApprovall Spec No. IClasssification � 5/25/201 R l2/6/201 R l2/6/201 R 9/6/2019 9/6/2019 9/6/2019 9/6/2019 07/23/92 08/ I I /98 02/26/14 OS/14/98 OS/14/98 I I /09/04 02/29/12 02/29/12 08/OS/04 03/06/19 08/OS/04 08/10/98 10/12/10 08/16/06 11/07/16 11/07/16 04/19/IS 03/19/IS 03/19/IS 12/13/02 OR/31199 OS/18/99 7 0/24/00 OR/OS/04 OS/23/91 01 /24/02 71/O8/99 O1/23/03 OS/13/OS 01/31/06 01/2R/RR l0/04194 11/08/99 1 I /29/04 I I/30/12 OS/08/91 10/2h/16 OR/24/IR Water - Piues/PVC (Pressure Waterl 33-31-70 (Ol/08/13) 33-II-12 �PVCPressurePipe 33 II 12 PVC Pressurc Pioc 33 L112 PVCPcessumPioe 33 L112 PVCPcessucePioe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Vinyltech PVC Pipe rroe�tr'e �ec sn-eam 7'roetife �ec Sn-eam D�amond Ptasncs Coro��'������ Model No. DRIS DRI4 DRIS DR 14 National Spec AW WA C900, AW WA C605, ASTM D1784 AW WA C900. AW WA C6U5. ASTM D1784 AWWAC900 AWWAC900 AW WA C900 33 I I 12 PVC Prcvvurc Pinc Diamond Plastics Com��tion DR IS AWWA C900 AW WA C900-16 33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a 7M Esglc DR 14 UL L285 ANSI/NSF 61 FM 1612 33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a JM Eaglc DR I R '� ,,, , �o; 33 11 12 PVC Prcvvurc Pipc Undcrground SoluHons Inc. DRI4 Fusiblc PVC AWWA C900 331112 PVCPressurePipe NAPCO(WesTlake) DRI8 AWWAC9U0 33 11 12 PVC Pressurc Pipc NAPCO(Wcstlakc) DRI4 AWWA C900 33 11 12 PVC Prcvvurc Pipc Sandcnon Pipc Corp. DRI4 AWWA C900 Water - Piocs/Valves & Fittin�s/Ductile Iron Fittinas 33-11-ll (Ol/08/131 EI-07 DuctilelronFimngs Starl'ipeProducts,lnc. MechanicalJointFimngs AWWAC153&CI10 EI-07 DucnlelronFittin¢s GnH'inPiUel'rod�cts,Ca MechanicalJointFittinp��s AWWACIIO EI-07 Ducnle Iron Fimn¢s McWane/Tyler Pio� Union Unlines Division Mechanical Joint Fimngs, SSB Class 350 pWy�p C 153, C I IU, C I I I EI-07 Ducnle Iron Fittin¢s Si¢ma, Co. Mechanical Joint Fittmgs, SSB Class 351 pWy�p C 153, C I IU, C I 12 EI-07 MJ Fittin¢s Acc�cast Class 350 G153 MJ Fittings pWy�p CI53 EI-07 Ducnle Iron Joint Restraints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1400 pWy�p CI I I/CI53 EI-24 PVC Joint Resnzints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1500 Cirole-Lock pWy�p CI I I/CI53 EI-07 DucnlelronJointRestraints OneBolt,lnc. OneBol�RestrainedJoin�Fi�nng AWWACIII/CI16/CI53 33-II-II Ductilelronl'ioeMechanicalJointRestraint EBAAIron,lnc. MegalugSeries1100(forDlPipe) AWWACIII/CI16/CI53 33-II-II PVCPioeMechanicalJointResnaint EBAAIron,Inc. MegalugSeries2000(forl'VCI'ipe) AWWACIII/CI16/CI53 EI-07 MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOne-LokSLC4-SLCIO pµry�pClll/CI53 33-II-II MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOn�LokSLCS4-SLCSI2 pµry�pClll/CI53 EI-07 Mechanical Joint Retainer Glands(PVC) Si¢ma, Co. Sigma One-Lok SLCE pµry�p CI I I/CI53 EI-07 MJFittin¢s(DII') Si¢ma,Co. SigmaOn�LokSLDE pWy�pC153 EI-24 Intenor Resnzined Joint System S Xz. B Techncial I'rod�cts B�Ildog System ( Diamond Lok 21 &JM pSTM F-1624 EI-07 Mechanical Joint Fittin¢s SII' Ind�sn'ies(Seramoore) Mechanical Joint Fittingy pWy�p CI53 33-I I-I I Mechanical Joint Retainer Glands Star I'ioe Piroducts, Inc. I'VC S�aigrip Series 4000 pSTM A536 AW WA CI I I 33-I I-I I Mechanical Joint Retainer Glands S�ar I'ioe Products, Inc. DIP Stargrip Series 3000 pSTM A536 AW WA CI I I EZ Grip Joint Resnzint (EZD) Black For DII' 33-II-II Mechanical Joint Retainer Glands SII'Ind�sn'ies(Seramoo�'e) ASTM A536 AWWA CIII 33-11-11 McchanicalJointRctaincrGlands SIPlndustncs(Scramporc) EZGnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII DRI4 PVC Pipe 33-11-11 MahanicalJointRctaincrGlands SIPlndustncs(Scramporc) E�GnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII DRIBI'VC Pipe Water - Piues/Valves & Fittines/Resilient Seated Gate Valve* 33-12-20 (OS/13/151 Rcsilicnt WcdRnl Gatc Velvc w/no Gcars Amcncan Flow Connol Scrics 2500 DrawinK # 9420247 Rcsilicnt WalKc Gatc Velvc Amcrican Flow Conirol Scrics 2530 and Scncs 2536 AWWA C515 Rcsilicnt Walgc Getc Velvc Amcricen Flow Conirol Scncs 2520 & 2524 (SD 94-20255) AW WA C515 Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol Scrics 251G (SD 9420247) AWWA C515 F1-26 Rcsilicnt WcdRc4atc Valvc Amc�can Flow Contrul Scncs 2500 (Ductilc Iron) AWWA C515 Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol 42" and 4R" AFC 2500 AW WA C515 E1-26 Rcsilicni Wal„cGatc Velvc Amcricen AVK Co�nnany Amcriwn AVK Rcsilicnt 5cadcd GV AWWA C509 E1-26 RcsilicniWal„cGatcVelvc AmcricenAVKComnany EI-26 RcsilicniSratcdC.atcVelvc Kcnncdy EI-26 Rcsilicnt Sratcd Getc Velvc M&H EI-26 Rcsilicnt Scatcd Getc Velvc Mucllcr Co. RcsilicniWal„cGatcVelvc MucllcrCo. SmcsA2367(SD6647) AWWAC515 RcsilicntWcdKcQatcVelvc MucllcrCo. Sc�csA2360forIR"-24"(SD6709) AWWAGIS RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr30"&36",C-515 AWWAC515 RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr42"&48",C-515 AWWAC515 E1-26 RcsilicniWal„cGatcValvc ClowVelvcGr. AWWAC509 Rcsilicni Wcdgc Qetc Velvc Claw VelvcCo. 16" RS aV (SD 0.20995) AWWA C515 E1-26 RcsilicniWcdgcGetcVelvc ClowVelvcCo. CIowRWValvc(SDD-21G52) AWWAC515 RcsilicniWcd„cQetcVelvc ClowVelvcCo_ CIow30"&36"G575 AWWAC515 RasilientWe eGateValve ClowValveCo. ClowValveModel2638 AWWAC515 EI-26 ResilientSea[e GateValve StockhamValves&Fittings AWWAC509,ANSI42U-sTem, EI-26 Resilient Seated Gate Valve U.S. PiUe and Foundry Co. Mc[roscel 250, rcq�ircmcros SPL #74 33-12-20 Rcsilicnt Scatcd Gatc Velvc 81 (East Iordan Iron Workn) FJ FlowMascer Gate Valve & Boxes Matco Gatc Valvc MatwNorca 225 MR AWWA/ANSI CI IS/An21.15 Updated: 12/29/2023 Size � 16"-24" 4"-28" 16"-24" y�� _ g�� 16" 2A" 4"- 12„ 4"- 12" 4"-12' 4" ro 36" 4" To 24" 4" ro 12' 4" ro 42' 4" ro 24' 4" to 10" 4" ro 12" 12" to 24" 4.�_�, 4" ro 12" 4" to 24' 3 _qg., 4"-12" IG"-24" i F„ 30" end 36" 20" and 24" 16" 4" to 12" 42" end 4R" 4" to 12" 20" and smallcr 4" - 12„ 4" - 12" 4" - 12„ 16" 24" and smallcr 30" and 36" 42" and 4R" 4" - 72" 16" 24" and smallcr 30" and 36" (Notc 3) 24" ta 48" I�ote 31 4" - I 3" m 16" 4" to 16" * From Original5tandard Products List 5 FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification � Manufacturer � Water - Pines/�alves & Fittines/Rubber Seated Butter y Valve 33-12-21 f07/10/141 � * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co. � * EI-30 R�bber SeateA B�tteiflv Valve Mueller Co. � I/II/99 EI-30 RubberSeatedB�tteiflvValve DemrikValvesCo. � 06/12/03 EI-30 ValmancAmerican B�tterflv Valve valmanc Valve and Manufacmrina Coro. � 04/06/07 EI-30 R�bber Seated B�tteiflv Valve M&H Valve � 03/19/IS 33 12 21 Rubber Seated B�tteiflv Valve G. A. Industries (Golden Anderson) � � Water - Polvethvlene Encasement 33-11-10 f01/08/13) � 05/12/05 EI-13 Polyethvlene Encasment Flexsol Packa¢ine � OS/12105 EI-13 I'olyethylene Encasment Mountnin Sta�es I'lastics (MSP) and AEP Ind. � OS/12105 EI-13 I'olyethyleneEncasment AEI'Ind�sn�es � 09/06/19 33-II-II I'olyethvleneEncasment NorthrownPiroducislnc. � � Water - Samnlina Station � 03/07/23 337250 �Wa[erSamolineStation Ecliose � IWater - Automatic Flusher I10/21/20 Au�oma�edFlushin¢System M�ellerHydroe�ard I 04/09/21 Automatal Flushing Sysicm Kupfcrlc Foundry Company I 04/09/21 Automatal Flushing Sysicm Kupfcrlc Foundry Company � Model No. Valmatic Amencan Butterfly Valve. M&H Sryle 4500 Xc 1450 AW WA CSU4 But[erfly Valve Fulron En[eivnses StanAard HarAware Bullsnone by Cowaou�� Bolt & Gasket PE Encasement for DII' N�mber 88 , 12-inch Deo�h of Bury HG6-A-1 N-2-BRN-LP RR( Poixable) HG2-A-1 N--2-P VC-018-LPLG(I'erman ent) Eclipsc k9R00wc Eclip�c #9700 (Ponablc) Updated: 12/29/2023 National Spec Size AWWACSO4 24" AWWAG504 24"andsmaller AWWAG504 24"andlar¢er AW WA CSU4 Un [0 84" diame�er AWWAG504 24"�048" AWWAG504 3U"-54" AWWACI05 SmiILLD AWWAC105 SmiILLD AWWAC105 SmiILLD AWWAC105 SmiILLD As shawn in so�. 33 12 50 The Fon Wor[h Water Depar[menPs Standard Products Lis[ has been developed [o minimizethe wbmi[[al ieview ofpiroducts which mee[ the For[ Wonh Warer DepartmenPs S[andard Specitica[ions duringutiliry cons[ruc[ion prqec[s. When Technical Specifications for specific piroducis, aie included as paiYofthe Consnucnon Conn-�ct Doc�menr, the iequirements ofthe Technical Specificanon will overnde the FoiY Worth Warer Depar[ment's Standard Specificanons and the Fort Worth Water DeparnnenYs Srnndard Piroducts Listand approval ofthe specific products will be based on therequirements ofthe Technical Specification whether or notthe specificprod�ct meets the Fort WoiYh Water Deparm�ent's Standard Specifications or is on the Fort WoiYh Water Ydlow Highlight indicatcs rcccnt changcti * From Original5tandard Products List 6