Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064918 - Construction-Related - Contract - Gra-Tex Utilities, Inc.
CSC No. 60918 FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part I City Project No.103380-1 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department Bid Submittal 2025 LOC c` L/�N rr PZE..�F..rE q1�1 REYNA 0. JOHNSON 134031 Q •��CEN �._Fa'•-.... '.ram JC, ANDRVS & NEWNAM, INC. FIRM No F_2614 10/24/2025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. City of Fort Worth Table of Contents Adopted September 2011 00 00 00 TABLE OF CONTENTS SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Pagel of 8 Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 09/01/2025 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 09/30/2021 0043 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 0045 11 Bidders Prequalifications 08/ 13/2021 00 45 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 06/13/2025 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 41 Small Business Goal 9/01/2025 00 52 43 Agreement 06/13/2025 0061 13 Performance Bond 12/08/2023 0061 14 Pa ment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 09/01/2025 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 02A443 Seieetiye cite )e ff elit e n n Division 03 - Concrete Division 26 - Electrical Division 31 - Earthwork Livision sL - Exterior �''�T Pepe 324148 � 32-01-29 Genefetf CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Page 3 of 8 Division 33 - Utilities . I . IMaws X., I :.� .I I. ♦ 1� - - Eff - L 1•• . I LI I . 1 I . . . . I . ♦ ♦ .. . . IN VA ME . . I . FB . . . v �� lj �• CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Page 4 of 8 1VATOVIEBI ===, . �0 PAW Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.uov/tpw/contractors/ or https:Happs.fortworthtexas.p-ov/Proi ectResources/ CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Division 02 - Existing Conditions Page 5 of 8 Last Revised 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 06/13/2025 03 34 13 Controlled Low Strength Material CLSM 03/07/2025 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 3 23 1 6 T nelassif a T1.,.,.,y tie 01 /28/2013 2i� Beffew 01i3 34-24--00 E. -m- I h- MA"Am32ntS 01/ 3 31 2500 Erosion and Sediment Control 04/29/2021 34-36-M Gabien-s , 2�z 20/i012 2 i 37 00 Ripfap 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 06/13/2025 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 06/10/2022 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 6/07/2024 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/13/2025 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 z' Q/20/20i2 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 1723 Pavement Markings 06/10/2022 32 1725 Curb Address Painting 11/04/2013 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32-3243 Cast in Plaee Goner-ete Retaining Walls 06/A 8 32-9449 Topsoil PlaeemetA Finishing Rea&way Right 03 i i�i a -ad of of -ways 3292 13 Sodding 05/13/2021 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Page 6 of 8 32 92 14 Non -Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television CCTV Inspection — Sanitary Sewer 03/11/2022 32Stefmi2in-3 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 3304 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation, Embedment, and Backfill 06/13/2025 3305 12 Water Line Lowering 12/20/2012 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 23 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride VC Pressure Pie 09/09/2022 03/OW20s 334444 12 i20/20 2 zz�zv�zv-rz 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 1211 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 33 1221 AWWA Rubber -Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 -z Q'-avravzz 33 3 i Z �� Q/24120 Q r�-avravzz 33 31 15 High Density Polyethylene HDPE Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride VC Gravity Sanitary Sewer Pie 09/09/2022 Chloride Closed Profile Sewe 33 3i 2Tifl4 �T (PNIG) 12/20/2ni-2 r�-avraozz CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380 Revised 09/01/2025 00 00 00 TABLE OF CONTENTS Page 7 of 8 22Sanitafy4740/ vT2 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33-34-70 , 2 /� 20/20Q 3339 10 Cast -in -Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 33-39-30 42A44024 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 Z 2Polyethylene, 2 /izr20/20 Q 22Polyethylenepe-1 1 /1 /1rn-13/2 33-41 1 n6/10 n�i 3146-00 424� Slatted ct,,,-,,, r),ains 0�/no 1�n 33-46-02 Tr -one D -ain 07/n� 1�n 3 An 1n Cast i Place Manholes and junetion Be. 12/13/7024 33 49 20 Curb and Drop Inlets 03/11/2022 3 Ao n �Ao Storm Dfainage Headwalls and AV4ngwallss 07/01 /2011�n Division 34 - Transportation 34Al 1n 03/11/2022 2A Ate" At err � lle C t 12/14/2n1 C t� or� �ntrerrcr "cc rcrrvrsvz� 2A A�02 Attaehment B CopAfollef Speeifieation 02/2012 3 AA A�O3 n,�2 }Tempofar-y1111 /73 3 A A 1 1 03 n 1 /202" 34-44-20 171 /7rcr20//ivzz 34A 1 2n n1 Aftefial LED Readway Luminaifes 06/15/201 c 34A 1 1n rn Ffeeway LED Readway Lun4naifesm 06/15/201 c 34Al 2n03 Residential LED Roadway Luminaifes 06/15/2015 24numgffs11 /11 /,�13 3 Az ✓cn 02�/26/2016 3471 13 Traffic Control 03/22/2021 Appendix GG 4.01 Availability of Land GC-4.02-A Geotechnical Report GC-4.02-B Street Cores GC-6.06.1) Small Business Utilization Form GC-6.07 Wage Rates GC-6.09 Permits and Utilities ,.T, pion GG 6.24 GR-01 60 00 adis, r-ifni Product Requirements END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380 Revised 09/01/2025 Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FORTII Create New From This M&C DATE: 2/10/2026 REFERENCE **M&C 26- LOG NAME: 60WSSC19WSMLP1- NO.: 0114 GRATEX CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 9 and CD 11) Authorize Execution of a Contract with Gra-Tex Utilities, Inc., in the Amount of $8,949,903.00 for Water and Sanitary Sewer Replacement Contract 2019 WSM-L Project Part-1 and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Gra-Tex Utilities, Inc., in the amount of $8,949,903.00 for Water and Sanitary Sewer Replacement Contract 2019, WSM-L project Part-1; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $9,774,623.00, from available PayGo residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2019 WSM-L project (City Project No. 103380) and to effect a portion of Water's 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 Gra-Tex Utilities, Inc., in the amount of $8,949,903.00 for the replacement of cast iron water and/or deteriorated sanitary sewer mains as indicated on the following streets and alleys: Street From To Scope F- of Work Livingston Avenue Cleburne W. Biddison Water/ Road Street ISewer Cleburne Road Stanley Avenue Livingston rStreet Cantey ,Avenue Cleburne treet . Berry Road Berry Street (Livingston James Avenue Avenue Alley between Livingston Avenue Cleburne and Stanley Road Avenue W. Devitt (Sewer Street Alley between 12 00 feet south 225 feet Stanley Avenue of W. Berry south of W. and James Ave Street Devitt Street _I - Sewer COUNCIL DISTRICT 9 and 11 9 9 9 9 9 Additionally, asphalt pavement rehabilitation will be conducted on all the roadways curb to curb subsequent to the water and sanitary sewer main replacement. The project was advertised for bids on November 12, and November 19, 2025, in the Fort Worth Star - Telegram. On December 18, 2025, the following bids were received: Bidder Amount Time of Completion Gra-Tex Utilities, Inc. Fs8,949,903.00 650 Calendar Days SYB Construction, Inc F$9,286,740.76 William J. Schultz, Inc. dba Circle C $9 786,194.00 Construction Company Woody Contractors, Inc. $11,535,831.00 F Nestern Municipal Construction of '$13,607,657.00 exas, LLC Small Business ( SB) Goal - Gra-Tex Utilities, Inc is in compliance with the small business goal. In addition to the contract amount, $511,473.00 (Water: $383,533.00, Sewer: $127,940.00) is required for project management, material testing, and inspection. Project contingencies are provided in the amount of $313,247.00 (Water: $234,584.00; Sewer: $78,663.00). 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 10,620 linear feet of cast iron water pipe and 4,150 linear feet of sanitary sewer pipe will be removed and replaced as part of this project. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding is budgeted in the Unspecified -All Funds project within the Water and Sewer Capital Projects Fund for the purpose of funding the W/SS Contract 2019 WSM-L project. Appropriations for the Water and Sanitary Sewer Replacement Contract 2019 WSM-L project are as depicted below: Fund W&S Capital Projects - Fund 56002 Project Total Existing Additional project Total* Appropriations Appropriations r $1,181,787.00 $1,181,787.00 1 $9, 774, 623.001$10, 956,410.00 $9,774,623.001$10,956,410.00 Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICTS 9 and 11. 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, and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects for the W&SS Contract 2019 WSM-L project to support the execution of the construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. Fund Department Account Project Program Activity Budget Reference # Amount L— ID ID Year I (Chartfield 2) FROM _ 1�� epartment Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Jaikson Jacob (7866) ATTACHMENTS 1295 Gratex.pdf (CFW Internal) 60WSSC19WSMLPl-GRATEX funds avail.docx (CFW Internal) 60WSSQ19WSMLP1-GRATEX1 Map.pdf (Public) 60WSSC19WSMLPI-GRATEX FID TABLE (WCF 01.06.26).xlsx (CFW Internal) ORD.APP 60WSSC19WSMLPl-GRATEX 56002 A026(R2)_(2).docx (Public) PBS CPN 103380.pdf (CFW Internal) 0 0 m m rn rn a, 00 U O1 Y Ol Y C a1 00 00 � Y Y O a� O u C w U C w U U Y ai 00 U C 0 ai UO U 4 C 0 O w i J •Y w as J++ ai C d Y - y�i 7 O C 0'0 OO Q d a1 Q U L UN ? J CO OJ Y 0 a +m � C J =�: �O) E H H H W H H H U `n Ln L° 0 0 o O O O O o o O o 0 0 0 0 0 o 0 0 o O O o 0 0 0 0 0 0 0 0 M M O O M M O 4 O t0 4 �•-� V' V M 1, m Oi N LO N LO O 00 00 0 1, 0) I, ri 0) r1 l0 al O M Ln 0) 00 r, n Ln � O V O O Ln VL'I O V 00 N N V Ln M q N 0) q r, N d' ri Ln ^ ^ Ln VT V? O rl M N t0 V? c i/T V N t V? V N N n 00 VT M M V V M V Vt V} i^/T N to �, m Ol M m m m m Ol Ol m m m m LO w LO w O O Ql N fV N N (T Q1 (:Y) Q1 Ol Ol m m m m 0) Ol m m m m O N O N O N O N LT LT O Ol Ol 0) Ol m Ol Ol Ol Ol Q1 Q1 0) N 0) O) 0) 0) 0) 0) Ol Ol LT LT Ol O) m LT Ol O U O O O C)O C) V V Ln O O O V V Ln Z W 0- 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 N n ri 1� r-I r, r- n r, r, e-I n r, i-q r, r, ri r, r'1 r, ri r, ri n Iq H z 0 0 -1 O -1 O 1-1 O -1 O o e-I 0 0 ri O O O O O O LU 7 0 0 O O O 0 0 0 0 O O O O O O 0C O O O O U O O . O O O O O O O O O O O O O O O 00 00 00 00 LL, 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 m m m m am Ln m m in in m m m m m m in m m m m m m 0 m 0 rn 0 m 0 z m o m o m O cn O m O m 0 m 0 m 0 m 0 m 0 m 0 M O m 0 m 0 m 0 m 0 m O .1 N ti N ri c-1 ri .1 .1 .1 ri ri ri N ri ri .1 ti ri .1 rq ri N O 0 0 0 0 ri O O O O O O O O 0 0 o O O ri ri O m m O 1-4ci O 0 m O O w 0 w O L0 o w o Lo ri 0 .10 0 O 0 0 m 0 m 0 m 0 ri o O O O 0 Ln 0 m 0 m 0 O 0 Ln m Ln rn Ln m Ln 0) n m r1 1-1 Ln Ln V r, v r, m m ri m ri m ri ri v 1, v r, m M ci M .-i m w 0 d' T ' Ln Ln Ln m m m m Ln Ln Ln Ln Ln Ln N 0 o O O O 0 0 0 0 0 0 O O O O O 0 0 O O o m a M v M v M a m 'T't en m v m v m v m -tt m v m a m v m v'T m m M v M v M v M v M v 0 0 0 o O O O O o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N O O O O o 0 o O O O O O O O O O O 0 0 0 0 0 O O O O o 0 o O O O O O O O O O O O O O O O On Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln o o Ln o Ln Ln Ln m m Ln m N N N N N N N N N c-I N N N N N c-I N N N N N 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&Cfor the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO. - 103380 Revised July 1, 2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 Addendum No. 1 Issue Date: December 5, 2025 Bid Opening Date: December 18, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Procurement and Contracting Requirements / General Requirements OF REYNA 0. JOHNSON ...... ..................� 134031 111�Ss LL�,��, LOCKWOOD, ANDR S & WNAM, INC. FIRM NO. F-2614 Lockwood, Andrews & Newnam, Inc. TBPE Firm Registration No. F-2614 DRAWINGS 1. N/A SPECIFICATIONS 1. Section 00 11 13 Invitation to Bidders o MODIFY the PREBID CONFERENCE date and time with the following language: • DATE: Tuesday, December 2" d, 2025 ADDENDUM NO. 1 ADDENDUM NO. 1 • TIME: 9:00 A.M. 2. Section 00 42 43_Proposal Form o MODIFY the Prospal Form in its entirety as provided in the attached. VENDOR QUESTIONS 1. Is an estimated cost available? • The estimated construction cost is $12AI1 to $13AII 2. Please post the pre -bid attendee list after the 1212 pre -bid meeting. • See attached the meeting notes from the Pre -Bid Conference with the list of attendees. 3. Is Airmorock polymer concrete all alternate for the manholes calling.for corrosion protection? • Saniiany sewer nrcaiholes called out for interior corrosion protection shrill conform to Section 33 39 60 Linrer System for Sanitciiy Server Strrictiires. This excludes polymer concrete manholes. 4. Is there any AIS (American Iron and Steel) requirements on this project? • There are no AIS requirements for the project. 5. 33 11 1412.2.BI1 - request ASTM C595 Type IL cement allowed in Herr of ASTM C150 II, in accordance with the latest addendum to AWWA C205. • No change is allowable. 6. 33 11 1412.2. C.4.d — request that minim -um pipe wall steel thickness shall be greater of '0.250 ", or D1144 • No change is allowable. 7. Reference specification 33 11 14, Paint 2.2.B.2.a.1.k.2: Please allow Durashield 110 as a substitute for Durashield 210 cis manufactured by Lifelast, Inc. • No change is allowable. 8. 33 11 1412.2.C.4.a — request that minimum pipe wall steel thickness shall be greater of 0.1875 ", or D1240 • No change is allowable. 9. Where is the CEMLIME to be used? There are two pay items (Unit I = 255 tons; Unit II = 20 tons) of CEMLIME, but there are no pay items for the usual II "Punt Pulverization. The 2" Type D asphalt items (9,700 + 9,700 SY) and the 2"asphalt milling (9,700 + 9,700 SY) coincide, but there are no pulverization or stabilization items to account for the CEAILIME. • Street replacement shall be MOL. CEMLINE will be removed.fr•om the pay items. 10. Good morning, 1 just logged on to bonfire and noticed the prebid meeting time was this morning at 9:00 am. The spec book said the meeting, was going to be on 1219 @ 3: 00 pill, which is what I was planning on attending. Could you post the meeting minutes in an addendum? • See attached the meeting notes from the Pre -Bid Conference held virtually via MS Teams on December 2, 2025 at 9: 00 A.M. ADDENDUM NO. 1 ADDENDUM NO. 1 OTHER 1. NM All other terms and conditions remain unchanged. 12/03/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. l is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: . G'rQ - -reU+=, t- : es I n SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO. 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Pagel of4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description No. Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value Unit l - WATER IA* 3311.0657 24" DI WATER PIPE 33 11 10 LF 4,620 I B* 3311.0687 24" CONCRETE AW WA C303 WATER PIPE 33 11 13 LF 4,620 IC* 3311.0677 24" STEEL AW WA C200 WATER PIPE 33 11 14 LF 4,620 2A* 3311.0001 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 33 11 11 TON 23 2B* 3311.0021 C303 FITTINGS 33 11 13 LS I 2C* 3311.0011 STEEL FITTINGS 33 11 14 LS I * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items l through 2 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE 3 3311.0241 8" PVC DR-14 WATER PIPE 33 11 12 LF 5,590 4 3305.2007 24" WATER CARRIER PIPE 33 05 24 LF 340 5 3305.1107 42" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 340 6 3305.2002 8" WATER CARRIER PIPE 33 05 24 LF 70 7 3305.1102 16" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 70 8 3312.3008 24" GATE VALVE W/ VAULT 33 1220 EA 3 9 3312.3003 8" GATE VALVE 33 1220 EA 20 10 3305.0003 8" WATERLINE LOWERING 3305 12 EA 6 11 3312.1004 4" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 2 12 3312.1002 2" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 1 13 3312.6003 8" BLOW OFF VALVE 33 1260 EA 1 14 3312.0117 CONNECTION TO EXISTING 4"42" WATER MAIN 33 1225 EA 6 15 3312.0106 CONNECTION TO EXISTING 16" WATER MAIN 33 1225 EA 1 16 3312.0108 CONNECTION TO EXISTING 24" WATER MAIN 33 1225 EA 2 17 3305.0109 TRENCH SAFETY 3305 10 LF 4,620 18 3312.2003 1" WATER SERVICE 33 12 10 EA 111 19 3312.2001 1" WATER SERVICE, METER RECONNECTION 33 12 10 EA III 20 3312.2003 1" WATER SERVICE, METER RELOCATION 33 12 10 LF 230 21 3304.0002 CATHODIC PROTECTION 3304 12 LS 1 22 3304.0003 CATHODIC PROTECTION - DESIGN 3304 12 LS 1 23 241.161 SALVAGE FIRE HYDRANT 0241 14 EA 8 24 241.151 SALVAGE WATER GATE VALVE 0241 14 EA 43 25 3312.0001 FIRE HYDRANT 33 1240 EA 8 26 241.4001 REMOVE 10' CURB INLET 0241 14 EA 2 27 241.1305 REMOVE 12" WATER VALVE 0241 14 EA 4 28 241.1001 WATERLINE GROUTING 0241 14 CY 220 29 3349.5001 10' CURB INLET 33 49 20 EA 2 30 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 33 05 30 EA 10 31 135.0101 RAILROAD COORDINATION 0135 13 LS 1 32 135.0102 RAILROAD FLAGMEN 0135 13 WD 30 33 0171.0101 CONSTRUCTION STAKING 01 71 23 LS 1 34 0171.0102 AS -BUILT SURVEY 01 71 23 LS 1 35 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS I 36 3125.0101 SWPPP > 1 ACRE 312500 LS 1 37 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 600 38 3216.0102 6" CONCRETE CURB AND GUTTER 32 1613 LF 600 39 241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 0241 13 SF 5,535 40 3213.0401 INSTALL NEW 6" CONCRETE DRIVEWAY 32 1320 SF 5,535 41 241.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 1,235 42 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 1,235 43 241.03 REMOVE ADA RAMP 0241 13 EA 2 44 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 4 45 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 1613 SY 48 46 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 16 13 SY 48 47 3201.0111 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 5,230 48 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 150 49 3201.0111 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 4,420 50 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 150 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 CPN #103380-1 00 4100 Bid Proposal Workbook -Addendum 01 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 2 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure 61d Quantify Unit Price Bid Value 51 3201.0400 TEMPORARY ASPHALT PAVING REPAIR (2" HMAC ON 6" FLEXBASE) 3201 18 LF 10,615 52 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 53 3212.0201 2" ASPHALT PVMT TYPE D 32 12 16 SY 9,700 54 3201.0614 CONC PVMT REPAIR, RESIDENTIAL 32 01 29 SY 23 55 3201.0616 CONC PVMT REPAIR, ARTERIAUINDUSTRIAL 3201 29 SY 590 56 3212.0401 HMAC TRANSITION 32 12 16 TN 8 57 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 17 23 LF 60 58 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 17 32 LF 80 59 3217.1002 LANE LEGEND ARROWS 32 1723 EA 7 60 3217,1004 LANE LEGEND ONLY 32 1723 EA 3 61 3217.2103 REFL RAISED MARKER TY II -A -A 32 1723 EA 147 62 3217.2104 REFL RAISED MARKER TY II-C-R 32 1723 EA 175 63 3217.0101 6" SLD PVMT MARKING HAS (W) 32 1723 LF 2,190 64 9999.0014 6" SLD PVMT MARKING HAS W) (EDGELINE) 32 17 23 LF 415 65 3217.0102 6" SLD PVMT MARKING HAS (Y) 32 1723 LF 4,345 66 3217.0201 8" SLD PVMT MARKING HAS (W) 33 1723 LF 155 67 3217.0114 6" DASHED PVMT MARKING (Y) 32 1723 LF 155 68 3217.0113 6" DASHED PVMT MARKING (W) 32 1723 LF 315 69 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 19 70 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 6 71 9999.0015 PAINTING CURB ADDRESSES 32 17 25 EA 24 72 3291.01 TOPSOIL 3291 19 CY 30 73 13292.01 BLOCK SOD REPLACEMENT 3292 13 1 SY 50 74 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 75 9999.0015 4" PIPE UNDERDRAIN, TYPE 8 99 99 99 LF 10 76 3471.0001 TRAFFIC CONTROL 3471 13 MO 6 77 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 78 3217.4302 REMOVE 6" PVMT MARKINGS 32 1723 LF 7,420 79 3217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 80 3217.4307 REMOVE RPMS 32 17 23 EA 325 81 13217.4402 REMOVE LANE LEGEND ARROWS 32 17 23 EA 7 82 13217.4404 REMOVE LANE LEGEND ONLY 33 1723 EA 3 83 19999.0005 WATER CONSTRUCTION ALLOWANCE 99 99 99 LS 1 $ 100,000.00 $ 100,000.00 Unit I Sub -Total - Water $100,000.00 Unit 2 - SANITARY SEWER 1 3331.4208 12" PVC SDR-26 SEWER PIPE 33 31 20 LF t50 2 3331.4201 10" PVC SDR-26 SEWER PIPE 333120 LF 570 3 3331.4115 8" PVC SDR-26 SEWER PIPE 333120 LF 3,270 4 3331.5749 10" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 33 31 20 LF 20 5 3331.5747 8" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 33 31 20 LF 20 6 3305.3004 12" SEWER CARRIER PIPE 33 05 24 LF 120 7 3305.1102 24" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 120 8 3339.1001 4' MANHOLE 3339 10, 33 39 20 EA 21 9 3339.1002 4' STANDARD DROP MANHOLE 3339 10, 33 39 20 EA 1 10 3339.0001 EPDXY MANHOLE LINER 33 39 60 VF 8 11 3305.0112 CONCRETE COLLAR FOR MANHOLE 3305 17 EA 22 12 3331.3313 4" SEWER SERVICE 3331 50 EA 70 13 3301.0001 PRE -CCTV INSPECTION 33 01 31 LF 120 14 3301.0002 POST -CCTV INSPECTION 33 01 31 LF 4,150 15 3301.0004 FINAL MH CCTV INSPECTION 33 01 31 EA 22 16 241.2201 REMOVE 4' SEWER MANHOLE 0241 14 EA 18 17 17 1.0 101 CONSTRUCTION STAKING 01 71 23 LS 1 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/30/2021 00 4100 Bid Proposal Workbook_ Addendum 01 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 RID PROPOSAL Page 3 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 18 0171.0102 AS -BUILT SURVEY 01 71 23 LS 1 19 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS 1 20 3125.0101 SWPPP > 1 ACRE 31 25 00 LS 1 21 3305.0109 TRENCH SAFETY 3305 10 LF 4,030 22 3305.1003 CONCRETE ENCASEMENT FOR UTILITY PIPES 3305 10 CY 3 23 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 33 05 30 EA 5 24 3292.0400 SEEDING, HYDROMULCH 3292 13 SY 2,460 25 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 400 26 3216.0102 6" CONCRETE CURB AND GUTTER 32 1613 LF 400 27 241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 0241 13 SF 5,535 28 3213.0401 INSTALL NEW G' CONCRETE DRIVEWAY 32 1320 SF 5,535 29 24I.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 615 30 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 615 31 241.03 REMOVE ADA RAMP 0241 13 EA 3 32 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 6 33 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 16 13 SY 53 34 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 16 13 SY 53 35 3201.0111 T WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 210 36 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 100 37 13201.0111 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 1,350 38 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 100 39 3201.0400 TEMPORARY ASPHALT PAVING REPAIR (2" HMAC ON 6" FLEXBASE) 3201 18 LF 1,720 40 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 41 3212.0201 2" ASPHALT PVMT TYPE D 32 12 16 SY 9,700 42 3201.0616 CONC PVMT REPAIR, ARTERIAUINDUSTRIAL 3201 29 SY 180 43 3212.0401 HMAC TRANSITION 32 12 16 TN 8 44 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 1723 LP 60 45 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 1732 LF 80 46 3217.1002 LANE LEGEND ARROWS 32 1723 EA 7 47 3217.1004 LANE LEGEND ONLY 32 17 23 EA 3 48 3217.2103 REFL RAISED MARKER TY II -A -A 32 1723 EA 147 49 3217.2104 REFL RAISED MARKER TY II-C-R 32 1723 EA 175 50 3217.0101 6" SLD PVMT MARKING HAS (W) 32 1723 LF 2,190 51 9999.0014 6" SLD PVMT MARKING HAS (W) (EDGELINE) 32 1723 LF 415 52 3217.0102 6" SLD PVMT MARKING HAS (Y) 32 1723 LF 4,345 53 3217.0201 8" SLD PVMT MARKING HAS (W) 33 1723 LF 155 54 3217.0114 6" DASHED PVMT MARKING (Y) 32 1723 LF 155 55 3217.0113 6" DASHED PVMT MARKING (W) 32 1723 LF 315 56 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 9 57 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 6 58 19999.0015 PAINTING CURB ADDRESSES 32 1725 EA 24 59 3291.01 TOPSOIL 3291 19 CY 30 60 3292.01 BLOCK SOD REPLACEMENT 3292 13 SY 50 61 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 62 9999.0015 4" PIPE UNDERDRAIN, TYPE 8 99 99 99 LF 10 63 3471.0001 TRAFFIC CONTROL 3471 13 MO 3 64 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 65 3217.4302 REMOVE 6" PVMT MARKINGS 32 17 23 LF 7,420 66 3217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 67 3217.4307 REMOVE RPMS 32 1723 EA 325 68 3217.4402 REMOVE LANE LEGEND ARROWS 32 1723 EA 7 69 3217.4404 REMOVE LANE LEGEND ONLY 32 1723 EA 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I CPN #103380-1 00 4100 Rid Proposal Workbook_ Addendum 01 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BID PROPOSAL Page 4 of 4 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 70 19999.0013 SANITARY SEWER CONSTRUCTION ALLOWANCE 99 99 99 LS I $ 50,000.00 S 50,000.00 Unit 2 Suti-Total - Sauitar;y Sciver $ 50,000.00 BID SUMMARY Sub -Total Unit I - S 100,000.00 Sub -Total Unit 2 - S 50,000.00 Total Bid $]50,000.00 I o7`►tZil OiYoS410 relz CRY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/30/2021 00 4100 Bid Proposal Workbook -Addendum 01 TEXAS AUSTIN COLLEGE STATION CONROE CORPUS CHRISTI DALLAS FORT WORTH FRISCO HOUSTON LAREDO SAN ANTONIO SAN MARCOS WACO CALIFORNIA LOS ANGELES ORANGE SAN JOSE ILLINOIS CHICAGO MICHIGAN OKEMOS Lockwood, Andrews & Newnam, Inc. 1300 Summit Avenue Suite 300 Fort Worth, TX 76102 817.820.0420 Ian-inc.com Prepared By: City Project #: Project Name: Subject Owner: Meeting Minutes Tuesday, December 2nd, 2025, 9:00 AM CST Reyna Johnson, PE 103380-1 Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 Prebid Meeting City of Fort Worth Attendees Chris Tlanda — Contech Engineered Solutions Christopher A — N/A Introductions • City of Fort Worth Project Manager — Jaikson Jacob • Consultant Project Manager — Reyna Johnson, P.E. (LAN) Project Summary • Cast-iron main replacement • 4,620 LF 24-inch WL to replace existing 30-inch WL cast iron • 5,590 LF 8-inch WL replacement • 4,030 LF 8-12-inch WW replacement • Traffic control • Asphalt pavement replacement Schedule • Deadline to submit questions — December 12th, 2025, 2:00 PM CST • Bid Opening — December 18th, 2025, 2:00 PM CST at City Hall ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 Addendum No. 1 Issue Date: December 15, 2025 Bid Opening Date: December 18, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Procurement and Contracting Requirements / General Reauirements REYNA 0. JOHNSON �..........................ee.. 1340,31 11 tIl�o� lh� s/ c 12/15/2025 Reyna O. Johnson, PE Lockwood, Andrews & Newnam, Inc. TBPE Firm Registration No. F-2614 DRAWINGS 1. Sheets 11— 23: PROPOSED 24-INCH WL A o Delete these drawings and replace with the attached revised drawings. 2. SHEET 29: PROPOSED 8-INCH WL B o Delete this drawing and replace with the attached revised drawing. 3. SHEET 31: PROPOSED 8-INCH WL B o Delete this drawing and replace with the attached revised drawing. ADDENDUM NO. 2 ADDENDUM NO.2 4. SHEET 32: PROPOSED 8-INCH WL B o Delete this drawing and replace with the attached revised drawing. 5. Sheet 45: PROPOSED 12-INCH WW, LINE 3 o Delete this drawing and replace with the attached revised drawing. 6. Sheet 46: PROPOSED 12-INCH WW, LINE 4 o Delete this drawing and replace with the attached revised drawing. 7. Sheet 47: PROPOSED 8-INCH WW, LINE 5 o Delete this drawing and replace with the attached revised drawing. 8. Sheet 49: PROPOSED 8-INCH WW, LINE 6 o Delete this drawing and replace with the attached revised drawing. SPECIFICATIONS 1. Section 00 41 00 Bid Form o This specification will be replaced, in its entirety, with the attached revision. 2. Section 00 42 43_Proposal Form o This specification will be replaced, in its entirety, with the attached revision. VENDOR QUESTIONS 1. The drawings show PC 250, but per specification 331113 section 2.1/CI it shows working pressure 150 psi. Please confirm the working pressure for this project. • Pressure class has been removed from the drawings and the design shall conform with the requirements of the pipe specifications. 2. Please allow the use of ASTM C595 cement into its products in place of ASTM C150 cement • No change is allowable. 3. Water B.I. #]A: We have found 4566 LF on the plans (vs. bid qty. 4620). • Refer to the updated Bid Proposal Workbook. 4. Water B.I. #6 and #7: 8" Line B/Livingston: is showing 135 LF of 24" Steel Casing (vs. 100 LF on profile)., 8"Line B/Cleburne: is showing a total of 50 LF of casing; size not shown on plans., 8"Line F/Stanley: is showing 40 LF of 16" Steel Casing. Can you confirm quantities and sizes?" • Refer to the updated Bid Proposal Workbook and applicable sheets. 5. Water B.I. #9: Bid proposal quantity is listed as 20 each. However, we have found 31 each on the plans. • Refer to the updated Bid Proposal Workbook. 6. Sewer B.I. #8: We are only finding 15 ea - 4' MHs on plans. • Refer to the updated Bid Proposal Workbook ADDENDUM NO. 2 ADDENDUM NO.2 7. Sewer B.I. #12: We are only finding 60 ea - 4"services and I ea - 6" service on plans. • Refer to the updated Bid Proposal Workbook 8. EPDXY MANHOLE LINER: Would Quadex Structure Guard be considered an approved equal for epoxy manhole lining to Sauereisen, SewerGard 210RS? Technical data sent via email • Quadex Structure Guard will not be considered an approved equal for epoxy manhole lining. 9. Contract Time: There is not enough time in the contract to even finish the utilities. Please add additional time to this contract, we think it needs 750 calendar days. • 650 calendar days will be allowed for the project completion. Refer to the updated Bid Proposal Workbook. 10. Tree Removals: There are several trees in the ROW along the alignment of the 24" waterline on Livingston and also a couple of trees in the alleys that will need to be removed. We don't have any tree removal items, could you add around 10 tree removals in the water section and 5 in the sewer section. The majority of them looked like 12"- 18" to me. • Refer to the updated Bid Proposal Workbook. 11. Remove and Replace Storm Drain: There are several places on the job where the proposed waterlines go under the existing storm drain and a section of the storm drains may need to be removed and replaced due to the angles of the laterals and the depth of the waterline. This may be necessary for trench safety. Could you add items for removing and replacing storm drain as needed? 50 IF should be plenty for the job. The contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities during construction, and for the safety and protection thereof and repairing any damage thereto resulting from the work. This work 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. 12. Curb and Gutter Quantity: The proposed 24" waterline on Livingston is shown to be installed just inside the gutter line and the line is deep, the majority is 8' - 10'. Well need to install it using a large excavator and the tracks will likely need to run on top of the curb or behind it which mean that the curb will most likely need replacement. We drove the job and a lot of it is already in poor condition. There is only 1200 IF of curb and gutter in the water section but the entire curb on the west side of Livingston could need replacement which would be around 2700 IF. • Refer to the updated Bid Proposal Workbook. 13. Temporary Asphalt: Where are we installing temporary asphalt? There is 5090 IF set up in the water section and 2190 IF set up in the sewer section but I'm not seeing it called out in the plans and it looks like all of the streets get permanent asphalt trench repair and then get milled and overlayed. • Refer to the updated Bid Proposal Workbook. 14. Cathodic Protection Design: We have a bid item for Cathodic Protection design, but the 24" plans have callouts for isolation test stations and anode test stations. Those notes also say 'potential"... I'm assuming the cathodic protection has not been designed since there is a bid item for it, but could you confirm that we will need to perform the soil test and do a full design of the cathodic protection system? ADDENDUM NO. 2 ADDENDUM NO.2 • A soil test and full design are required for the cathodic protection system. 15. No bid item - Manhole extra depth: We need a bid item for additional depth for sewer manholes over 6' to be paid by the vertical foot • Refer to the updated Bid Proposal Workbook. 16. Irrigation Adjustment Allowance: Please add prebid totals for the irrigation adjustment items in the water and sewer sections. Water item 78. Sewer item 65 • Refer to the updated Bid Proposal Workbook. 17. RR coordination and Flagmen: Could you provide prebid totals for the RR coordination and flagmen items? This was provided on a project that we bid recently - 22 Bond Year 3 Contract 15. This would be billed like an allowance; the contractor would turn in the invoices so that the city could reimburse the cost of them. • Refer to the BNSF railroad requirements and Fee Structure found under the Specification Appendix and to the updated Bid Proposal Workbook. 18. Imported material items: There are no bid items for imported acceptable fill, CLSM or CSS in the proposal, in either section. Could you add those items in both sections? • Refer to the updated Bid Proposal Workbook. 19. Temporary waterline: There is not a bid item for temporary water services in the proposal. Please add a lump sum bid item for temporary water. • Refer to the updated Bid Proposal Workbook. 20. 6" gate valve & 6" pipe: There are no bid items for 6" water pipe or 6" gate valves, we will need them for the fire hydrants. • Refer to the updated Bid Proposal Workbook. 21. Can a contractor hand excavate the trenchless sections and use tunnel liner plate as an approved alternate to casing. In specs on page 8 of 319 tunnel liner plate is shown but hand tunneling is crossed out. I would like future clarification. If tunnel liner plate is approved, will you be utilizing historical spec from the city that calls out bituminous coated steel liner plate for waterline. The BNSF railroad agreement requires steel casing pipe for the railroad crossing. No other alternative casings were included in the agreement. If the contractor desires to use another methodology and/or liner plate, they will be responsible for all coordination and permit addendum with BNSF railroad. 22. Trench Water Stops: There ais not a bid item in the proposal for the trench water stops called for in the sewer plans. Could you add a bid item for trench water stops- 12 EA • Refer to the updated Bid Proposal Workbook. 23. Pipe Bursting: Plan sheet 49 calls for 85 IF of 8"sewer by pipe bursting but we don't have a pipe bursting bid item, will it be open cut? • Pipe bursting is required for this installation. Refer to the updated Bid Proposal Workbook. 24. Sheet 45 Bore: Sheet 45 calls for I11 IF of 12"sewer in 24" casing by bore but we can't bore in the same alignment as the existing sewer, this needs to be open cut. ADDENDUM NO. 2 ADDENDUM NO. 2 24. Sheet 45 Bore: Sheet 45 calls for• II I LF of 12"seiver in 24" casing by bore but rve can't bare in the saute alignment as the existing sewer, this needs to be open cut. • Refer to the updated Bid Proposal Workbook and revised applicable sheets. 25. The prequalification statement in the addendum I bid proposal is blank. There should be requirements for 24" & smaller ivater rehabilitation, 12" & smaller sewer rehabilitation, CCTV, Epoxy manhole lining, Boring 42" & smaller, and asphalt paving. • Section 00 4100 has been updated. OTHER 1. NIA All other terms and conditions remain unchanged. Chii 4 o h 12/ 15/20 25 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: . Gru -TeX SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.2 P:\130\130-11033-000\4-0—Production—W°rking\4-1—BIM—CAO\CiNI\Sheets\130-11033_WTR—PP11Y1NGSTON.dwg 12-15-2025 GAHernandez N •E OBl ii TOOT o ? 10 - ,ON;. 8 -- W BIDDISON ST.- A40'RIGHT--OF-WAY ASPHALT PAVING Y pt / / s v y E o BNSF RAILWAY 4 �' „ 8 ! _---.--_ - --- A90-FT WIDTHS RIGHT-OF-WAY - - ---_ / ......... W BIDDISON ST. A42'RIGHT--OF-WAY n r 1. A ASPHALT PAVING „- mm�A\ nA;-�tn ff I XLW LW VAULT .D1 2 SU 5 n k �a n�o �coZ I � `m I MATCHLINE STA 4+00 - SEE SHEET 12 MH H? "� , H�fl a m o Z n m Y Rya Asa= y u y Iyhy "N" n 02It co 1 g Poll 7l I N $ �$ 7Z a s g 4 $ 6s h t TER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LI'ANGSTON.dwg 12-15-2025 GAH—nd- nu MATCHLINE STA 4.00 - SEE SHEET I I I I I I I A MATCHLINE STA 4+00 - SEE SHEET 11 n T , Hi- iR G) -2 U -�2 2EBi3f IIIg ti 8M MATCHLINE STA 8,00 - SEE SHEET 13 MATCHLINE STA 8-00 SEE SHEET 13 Hill I 8.� g z NINE al R 'R'ffljp,-v ed t - zo `40 Co R ------- I P:\130\130-11033-000\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAHernande E r MATCHLINE STA 8+00 - SEE SHEET 12 I I I (� I +w.oa Ta° = BSl. iS ( STA. 5 IRau I RA° ( R / e � I � I 1 � R i STA. 1 mu NPA - STA 1! lop / i / / / / I I I S / / I I I II I I I I I MATCHLINE STA 12+00 -SEE. SHEET 14 m a P g h T O DDDD S'R RM w ��m���� ���m hy, flUN (1 NHM T PAN Air S A INd TFR R Cd AIITd RV CFIA/FR RFPI d(`FAAFAITC 'JI1�0 IA/CAA_I MATCHLINE STA 8+00 - SEE SHEET 12 rzn' I Ea m=$°o ds m 8 to ^go AA A- O0 �HSj'roi sC7C "� o Cie T'L AA a� 2 -- -- LEE OLDHAM SURVEY n—ACT No. uss �pq JOHN W. ASBURY SURVEY 5� � ' 8 -ORANGE AVE. n AWRIGHT-0FWAY y ABSTRACT NO._5? m I CONCRETE PAVING N O m a 59 P4 � I � �Aco- x _co - 1274' I 1 � 'I /eSRr 2onc. MATCHLINE STA 12+00 - SEE HEET 14 o In D 4 ,P11 w � P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAH—nd- m to � m ry m to MATCHLINE STA 12+00 - SEE SHEET 13 I I I I 1 II I I aR I I I MATCHLINE STA 16+00 - SEE SHEET 15 m m m may DDDDS'8 Rw a�mgAm hy, oho OA UN ` y m a a he AW WATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L MATCHLNE STA 12+00 - SEE SHEET 13 Sm�S$o U as ecP - W. SHAW ST. . ervnsvrnnr m s c � Su ff� ��?; �c 9 n AxCC aY o" M} Yg2o ng Y m o� LEI- 8 3a 9A ' m 4 "o on�Po I'. v48 o g '- o� yRA-B m o NE vA MATCHLINE STA 16+00 - SEE SHEET 15 o b W � P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAH—ndez N I8 to I I IN I; to Ii EX PROP. OO o&PP OF Pf E r MATCHL/NE 676 STA 16+00 - SEE SHEET 14 6J0. I I 616. I I I 671 I II I 6J6.f 'o I I I I I eJ6.f 6n. I I f I I I fin. 1 I I I I I sro.1 I j 6J6 I I i I j 1 fiJfifi R II I i R firo. fin � I I I I I e fiJ6. I I I / / 1 I fi]fi I I I I I 11 BM. 1 MATCHLINE STA 19+50 � - SEE SHEET 16 D n� Y� DDDD aggg M, ��mg°�M�'q��gm J yy �3 88 a�s9��� a...:s >- g ����zhB€ 3 n o^���ah z /�,� � HOR������ 3 � Llo r tififfit ;s€mpg.. o € IMP m A a g Him=°o� s A INd TFR A Cd AIITARV CPIAI RFPI A(`FAAFAITC9I11O IA/CAA-1 MATCHLINE STA 16+00 - SEE SHEET 14 MATCHLINE STA 19+50 - SEE SHEET 16 P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LI'ANGSTON.dwg 12-15-2025 GAH—nd- to k� E rfTf 15 I � 'd e]B] F, A T .7.ii ao-nr B]BO I I rrr � en ] � I e]a.a H 1 68T9d STA 176 A I I iL1° � �B67 B]3.f I I i i MATCHLINE STA 23+00 - SEE SHEET 17 A Of A N A Q m '_ mfflp in i O o 3 y goErg°:�➢PN S A WATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L MATCHLINE STA 19+50 - SEE SHEET 15 z W_DEVITT ST. s -M I Ho � "s � N 5p ; / 19.21' is ~ MATCHLINE STA 23+00 - SEE SHEET 17 a X-2R.599 P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LI'ANGSTON.dwg 12-15-2025 GAH—nd- MATCHLAF STA 23-00 - SEE SHEET 16 1 1 1 1 MATCHLINE STA 23+00 - SEE SHEET 16 c X 2 g - -4- �M 'F 2 L U it _&9222 A ZE.— I IN�CH 11. 21-M 011* P vi A"-XG FW/ MATCHLINE STA 26+00 SEE SHEET IS MATCHLINE STA 26-00 - SEE SHEET 18 nn 18 .2, > > > URHM, UR 1, OINM � 5g lvu4ffla 2 2 2nH -H� I'OM,-p 5,� PAIN W-NNI IHPNIfiP 3 a -7 IMaPN WATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAH—nd- o MATCHLINE STA 26+00 - SEE SHEET 17 aFF MATCHLINE STA 26+00 - SEE SHEET 17 � g[�hy /STA wia A w� v� vy 1T from STA z"mk IAE A IM�BR. s _ _ _ a I I �.L•; PRO? 8-NCH Pvc WIR LME C 1 Z.svaT J.i) It PN: IRY WE 46 I - - I ALL wum. o� 3.oa D W. BERRYa ST. A IW RIGHT-0E-WAY 1 CONCRETE PAVING i LJ $ A. 2N LM A - Lill I aaKaf gy� milt, P AA I � _ tl I I STA. 28+AO.J9 lMEA N ti O TGP - 643,616 srA4s LINE A Z 'I - STA 1S+ IML A II TIP — 643111 RR R 1 is % I No =o let Rv A II ranx .gar i � � ;�M Ygo•% _/ ®-A� �� g eas.oe i2 1 0 FF as o STA A STA A A /{f � �1✓P/ d / ��R�,9� a s.s 1-2 u -irc r. 6�II ii A q $ G g esrsT — I�aa -A I - 21-RKN 11. T. g w/BLoaac 2� ems• ~ �� S TO° = —21 652.3e �sr9ob. 'g 6525 G' Fsy�r a i MATCHLINE STA 30+50 -SEE SHEET 79 may +� a gg R w oogo am _». .yy is 0 0 n a m y A g RHRUH� m m m a gg R g y n tin y_ mmmm� 3 �l�sz 8 S A WATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-2R599 P:\130\130-11033-000\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LI'ANGSTON.dwg 12-15-2025 GAH—nd- I0 N ION. 4 IE IR IN MATCHLINE STA 30+50 - SEE SHEET 18 I 1 II I I \ i I \I I � I R I �e MATCHLINE STA 34+00 - SEE SHEET 20 s hNj g ONi O � co N may DDDDS'gg8 Rw�mgm b A m z g< �=he �AI Po;� p co IN i o 3 y m goErgAg�'�$$$Nyy�� AAgo�h s A IA/d TFR.Q Cd AIITd PV CPIA/FP PFPI d(`FAAFAITC9I11O IA/CAA-1 MATCHLINE STA 30+50 - SEE SHEET 18 ZI l 1 21 r I � o a i ,S w m u 'z aF zrn ua a ono z �x 5 o f l �� I r P"J MATCHLINE STA 34+00 - SEE SHEET 20 P:\130\130-11033-000\4-0-Production-W.r ing\4-1-BIM-CAO\CiNI\Sheels\130-11033_WTR-PPIMNGSTON.dwg 12-15-2025 GAH.,...dez EX. GROU OAP E< PROPT OF PI E a6z MATCHLINE STA 34+00 -SEE SHEET 19 MATCHLINE STA 34+00 - SEE SHEET 19 o� sTA. X#4 JE A � y � -� •� 661it c 856.1 c suz L4 —7 � STA. JI+99.66 !/NE A STA 35+" //L A 655. 1� 0 � STA SS+D7. fI'@' A QU o m� $ v - �IS2'n�? m >�=mN ss3. �" nxx -n I- m� nP2 rn>� I m I � e � "2 ua ill by e w A -oo i i IN 666. I 9 i i \ zr I\ 5, iN 663. o 1 g I 6 I I\Ig 7 \ I o. I I II 66J. MATCHLINE STA 38*00 - SEE SHEET 21 33HS 33S - 00+86 V1S 3N11HC1VW f', ' a rn m phi A '^N HUH HO 0 2 a m m A yhsn�om v N 1 sg m y 2 A A a ^.-N �mw s Aa�z rl, y� � v 3 mmm V a 3 m R $ ATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAH—nd- A E r MATCHLINE STA 38+00 - SEE SHEET 20 I ' 1 I I ` � I I I I Q I P. 4.5H-OIEa � < � I 1 I I I I i 4 I I I I SIA A M I I I TA j9+4aA i Of � fA �- 4- KH MAEXX Rv &5& ST 12 X,0139 K I I Ex I I I i R $ ag I I I I I I I I I I I i SFA 4MRAE LOC A I I I J I-2N#WH 'PfR f.7M 2 Fal 86S 6ICYUL£ 12 2 12 nlM I I I I I I ��Y I 1 I I I MATCHLINE STA 42+00-SEE SHEET 22 5 may D D D DS'gg8 Rw�mgm b A O ii y A �R:m AAgo�h s A IA/d TFR.Q Cd AIITd PV CPIA/FP PFPI d(`FAAFAITC9I11O IA/CAA-1 MATCHLINE STA 38+00 - SEE SHEET 20 1 S1.98' C\� 1 1 1 1 a�g a 1 1 � �*n'nPg k I 1\ 1 1 1\ pA $aIM l me � IF 8 6 ZZ 133HS 33S-00+, V1S 3NIlHO1NW HI I g gill a � � a � V_7RF00 P:\130\130-11033-GOO\4-0-Production-Working\4-1-BIM-CAD\Civil\Sheets\130-11033-WTR-PP-LIVINGSTON.dwg 12-15-2025 GAH—nd- I� IN I� to Ia I� IN 'HLINE STA 42+00 - SEE SHEET 21 i1'ATC�`1LINE STA42.pp _ gig SEE SHEET 21 STA21C2 LMA -3a fAGC 8. RW 85/.1 is I SxisPM �i�d9 _ n 44$��m ua i STA 46+00 - SEE SHEET 23 Y0� may D D D DIn In S'gg8 Rw�mgm b Affla n o m o°mggnp; o u �a�.s� � Z (1 _WCHR .070 ~ ^, goErNyy�� � O o y A `yR:m AAgo6h 4 a INd TFR A Cd AIITAPV CPIA/FR RFPI d(`FAAFAITIZ 9n1O IA/CAA-1 L p O i n sr 2 i noA ;am ,I i i is M4 I �o � tid Ngd� Z .L�>H 153yoN ,a n 'I LN9W'+ EZ 133HS 33S - 00+94 V1S 3NIlHO1VW �F y a. \ aC g gilds m Aj 2 Y_7RF00 P:\130\130-11033-000\4-0—P-d..ti--W.r i.g\4-1—BIM—CAD\CiAI\Sh..t.\130-11033—WTR—PP—UIANGSTON.d.g 12-15-2025 GAH.,...d.. MATCHLINE STA 46,00 -SEE SHEET 22 100, 65f. /L �/ / o T S SU 47.50.g IILEA MT __"Fk+21A —A 347 all -4_a� SrA. ISfB1.S t L#W A 6=4 IL lip 1 W GANTEYST AV4)IWILEWIDMRIGI CONCRE PAVING 0. WA 2- PVC LIT A zw T > pig-H"° R, 3�21 11 - f HORWHO 2 6 d m MN tiP WHO. ITER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 C:\Usem\TARlggs\appdata\local\temp\ACPublish-19816\130-11033_WTR-PL1N1NSTON-CLEBURNE.dwg 12-15-2025 TARiggs MATCHLINE STA. 23+50 -SEE SHEET 28 r y _ m P a p6 Z" nz o N n a2 esza �t P > ilnm �A- CAR j�g ?R 1 STA 21+13 BE lB+x yp (�qN"-'Nij4 �'$ &gY.YV.SI gybp, JJJM vAnOqm �'; 65695 STA.AL. 18I0 !/NE F m � i r ii I -- -° pese a_#., ` I a 1 STA 21151 !8E B I - 1- e-wa lorT. eB'U . - 6s6.02- 1 � 1 / STA 11fefl2i OIEB ST 21+ _�B-Mp/ 5-BEBlfl7l. $ STA YI+M13 I:y9 jp g'Q� - 6606 _I%BLaLIMG / BEG1V BBff _ L g` 6GO.00 1-- � - 8µ o,e"Aaoisa v� / S2 / - - - - T - - ss9.a t rBa= B Alav Pw W,B IBE C soa.96 , � � st£ vEeT.xT 8 — � 11 sae.oa �� i �- �, I 2 m �, R S�?a$ �NI-� $ lTzfiS •. 9s>99- � s .��- Pog. W. BERRYST.°Q �` 8"p A100'R1GHT CONCRETE VAv1-OF-wNG I6aY pua�1 _j 60G.00 TA 26+ B 1 STA. 26+01.W Ig ' 1 I is7A 1B+OA LOE B �j �j ENO BBPE - e-Mcw BEG HW. 9 raWo yo 4o I I w399 65) a - BN. 652.25 I STA YB+Ifl INEB - - I I 1 1 - -kY/ BEG WRT.. BENB n.lu8u,BI � n,,gim .10 -a00 rcw¢W pii 9TX 29+324 WEa 014.B-.eq/. 6sz.7J I 2p-� �� I BS]5 � g 6529T MATC INE STA 27+00 vSEE HEET 30 �F °o L° DDDDY V°�y�Ya`a. _:.._s± __ - o a v w H t „ N z g��$s H - m FIIa€1HtUIIia§Ell q Ni r�moSP o as E9 a 2 i g T16b 8 EYE y °m mA ;' y mii'oc•"° S 2 �� gR g q S aP m 'f= y m A y y o g °z �7o�$ o gCg SS �R� b� a 'Q .. n� m wa m P 3 4 4 '" -v �$ 'im=g Dim A 9� n n GIs A om���m xe a 8� ATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 C:\Usem\TARlggs\appdata\local\temp\AcPublish-19816\130-11033_WTR—PL1N1NSTON—CLEBURNE.dwg 12-15-2025 TARiggs �I MATCHLINE STA. 39+00 - SEE THIS SHEET Is m 48• 3 �z o" MP'I gaMai role r 0 trn a a 0 45 m $T e MATCHLINE STA. 35+00 - SEE SHEET 30 -�! All "z 7 s _ Mal 2R. A H F:Ip L Mail pg 4 m `� pin � A tam i S 00.6E tl 133HS SIH133- 1S 3NIlHC1tlW Y F F F F F :FF :F y y MAI A. ATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 C:\Usem\TARlggs\appdata\local\temp\ACPublish-19816\130-11033_WTR—PL—LIANSTON—CLEBURNE.dwg 12-15-2025 TARiggs W CA A VARIABLE WIDTH I MATCHUA/ESTA_ 46* SO - SEE THIS SHEET V I' \ AWCHUNE STA, 43+ \\ =?ao°m I ---SEE SHEETS ImI Ili E ' pAli I,� —rnR � =Vig •/J � �C. W CANTEY ST\ A VARIABLE wIGiM PlG oFWAY I ll " LP ^' TO IX YALNF APPROX. It LF TO EEXVAL ff � COrvCR— PAVING _____ ° I g 1tlY n A al I m o� �°"02 I III I \ a I - 2 � S$ m9 w 3o�sa93� Q1�14 133HS SIH133S' OS+9Y tl1S 3N1'IHJ1tlW g 1.l 11 jib agp lop _ ax p I p Al W Ra III IA TER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 P:\130\130-11033-000\4-0-Producllon-Working\4-1-BIM-CAD\Clvil\Sheets\130-11033_WW-PP.dwg 12-15-2025 GAHernondez w g HN m m m T O ON O W a 656iI 8 6 fL PROP. fL 12-NY]I B-WCX 65a Bd0. STA (Nlq. LW 3- R. IX a 1-61W1 OUT Bi our B5a /- I I I 6EAIOLf IX 0ri1511l1/CT 7 - so 4- CIA mw / �p M� I. ECCOWVT PRW.. I PRa". to- I IBE Pm Lm 6565+ IX I2-B.Y]f RW M. CONa 9 SA i r 6516 666.64 a , l 'r I m � I R 11 S 65669 Q i � t♦ � p � I ' o 65T.3 N m R SII� 2 6515 851.09 mvs�B FL 12-wW a 65I. ��667*, Z 6124 O FL . . 12-NY]4 r - 6s 12 m 65f 21 I - S 4' 0 l r - - FL . 12-09H .27 Aw - 8azo a } m ti 6560 � 66 ,.aa 3 m p BSa9 OIA M1M6/ I aara R _ IO-1 v1C.1BE P 6 P4L' A m A 4 N A O m 7 DDDD �3 888w ° j� ?€m�_gym °gym j^ ;iR o - n o a g z Y g H°m$s 0 u mw � ?m :-> > ~ m�� � I 5 I m z° V C �y O ? W. BERRYST. A 100'RIGHT-G -WAY CONCRETEPAVING -M'tll pw BW e4z-- Ff 9HCT 16 fff OVW u e=avnl wBr LAr c I u _ Z o �N S p v p p ? 4 N O Qua U -G u'� a1 $IN L 11g o m n A p ga 'Hill I a '^ iR & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-285 P:\130\130-11033-000\4-0-Producllon-Working\4-1-BIM-CAD\Clvil\Sheets\130-11033_WW-PP.dwg 12-15-2025 GAHernondez m 3 LIVINGSTONAVE. Y SFA _ A F PHALT PAVING £ ft E% 6-M Y= 65289+ - T - PRa°. 24-BA7I�IYIIP IA1E A_. - - CT TO EC 6-BKN i/BC FIOWU PIC FIELD IER'F1' - 12-# \ IB UTA" J s 6690 w, cavm FIELD 6FRI»`}e. COUAR � STA 0+LU5 LINEN $ 12�10M 'I P N: NN' FL Fffi P 1T /N(7I LUT 1 = 651.68 d RAV - 65B �. fieconc. PIG —!/NEB FRa? I PlC IVIRVINE B SEE 29 L C Lj 663.z3 669, �� og� ��� Se �l,,y�¢R d•l 659.49 _ Z S 6602 Y I m N I I o I 660.) u 653.Y1 I I o ^ oaM Q FL. 1 MlCII n ssxee I sTA r+ux L,TE .ffE !9 B-x+wN 15-F LLEY Pw'L,nEs — � .A76-FT ALLEY lc A ft B- • 1 _ I M (5) NPV IXIT (M) 654.38 = BSJ78 :. .. .I + JTA lHda cowrl IX INAV57PUCT`F- WE 6 BB1.0 65V.6, 4 •::::::.: •::: •::.: ... ;.;..; VIX. 3 0. PG. 21 47 ai �� B-INGI PIL'BW DNEfi VOL. 63. PG. 59 ,P. TC.T �. r: _.._ 0' PF.T.C.T. _ - - - 1 1 LoWOT� PRO . 8-M' B-M FRa? ! N YC. PlA'@' S PK LAVE ,yyyR yqpy yy 9y9y O R{i itt A 0 6�643 PAPA° 10-m = y PIG UNE I880.9 nc i(G 654.I3 T'� V 6sfi.oa - m y i`d -J II ii'iY T fib a Ja5-Ff KI - g 1 - S1A 2S6 LAVE _ WW — w" wK, ' - z Wm, -� a STANLEYAVE. a9„„oo„Eol AM' -WAY + PRLp, 8-lNpl PIC WE R /1!' F CONCRETE PAVING-- — sESEET a PRa? 1 FIELD Wtii �M/T = B6AIJ - �p - rxws I - S COVNET Ex >: 4-FT DK aAP. We Y FIELD RBI 66416 d S .... ., w P H ? F H o g m5 ohm 7 DDDD ��- H ���~ m H?HA s� gUp ffi§H "'�. - m o I m g Y °mn A g$g7�� NHH91 y u pa �l-� w g � z a _ n AN 1 O c m WATER & SANITARY SEWER REPLACEMENTS 2019 WSM-L X-28599 P:\130\130-11033-000\4-0-Producllon-Working\4-1-BIM-CAD\Clvil\Sheets\130-11033_WW-PP.dwg 12-15-2025 GAHernondez k Ron- u - no- mppp omm IN rommi rol 0 658.18 I � � I l 6s65 o I e 65888 � /- I I II 666J 1 ] $$ I gg� &� I 1 y esaa 1 b" 662.39 1 1 II M I II 683.18 1! I 1 III � �sa I 1 I I eJos 1 664.80 1 111 I 6Ji.5 I 6e5 MATCHLINE STA 3-50 - SEE SHEET 48 L�L1 m a m g W N oNi 4 N o7 e DDDD MH-z �'v p Z�T o m��gm�ms� n u nHIM on ooA��?gmmg5� � ? m 7 g A �uBYffi �$iky Z v mrn Mam a a 0AL )HE N.. o HE; �t BERRY ST. ^ A RIGHT-0FWAY _ CQNCRETEPAVING W. ��ci� 30" RCP 5-0118 IC NGI PILL KW (/NE 4 - - IO-ML1I PLC W LNE 4 .SEES Ito carvr r- 8 AKE746.xsw .4F 94EE7 TJ .. _ _PROP. a-ALC1/ WIR LBL C ' �? m� 0 PA am - z � m a _ m °c < x �Q o v dyN 2y any — Z �-11 �.11 FE111 cLa a a n A m y a4K -------------------- n o� _ —screw urvx FEwcE o� P o --------------------------- a >pmo r 1 o $u $ A� 7 MATCHLINE STA 3+50 - SEE SHEET 48 w S OW :B TER & SANITARY SEWER REPLACEMENTS 2019 WSM-L C--2859: P:\130\130-11033-000\4-0-Producllon-Working\4-1-BIM-CAD\Clvil\Sheets\130-11033_WW-PP.dwg 12-15-2025 GAHernondez V� 8� D ' m 66,.o ft Ann I eedeB£ Fina^ a-m�rr wnr MVE c _ slE sraEr xl 10-IK7I PlC aW 11`E4e �- Ef ���" Io-/N04 PIC IMY 4 m �nyO @ 65396 SiA +&i LIEhA oi9 x Ines ^�A SiE 9hEl 4B ... - i coxc o— 91EEi -\ a ° a�8'+ ~F5$4 ft R I IN (a) i M36 6Al la • •afA ow oa esao INY a _ r 8i fit, W BERRY ST. AWRIGHT-OF-WAY 54�1 CONCRETEPAVING FIRM 660.6 99 � a c., �VR -I" 650.d9 660o° BSA STA OF834 (/E R� CY/T SB i-SO0 a DIA P11;. WM eIAE 6sa.n seo, II � PV y` 669.2 z a nnaa iooa F I _ x y A a. 9 e3 m y z y ~ s 1 R I -__-__ g sin I n I I I Oy n o � x m, - � fiss:fiz a, 2 a +ma ' p �j Fj ° � d I FM a _n,, R1Cf a-M Y MT S - Mr � STA J.m LaKe ,. s / .�� ?de oa / s E iI- s , PRQ°.8 PK'i 1riE8 a g@ ohms~ 7 DDDD m°8 x����g``g x �a>. �^s a_ � rg cz rAn T R"•o�nm€Si O u = $ N " RT �€ 'z y_M_ - - g 4x - - HNN1 � i"MHRM pli'MIj �G 9� m sp Q N 4� WATER &SANITARY SEWER REPLACEMENTS X 19 WSM-L X-28599 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Water and Sanitary Sewer Replacement Contract 2019, WSM-L Part 1 City Project No.: 103380-1 Units/Sections: Unit 1 -Water Unit 2 - Sanitary Sewer 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 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 8-inch diameter and smaller b. Sewer Collection System, Urban and Renewal, 20-inches and smaller c. Sewer Pipe Enlargement, 8-inches and smaller d. Sanitary Manhole/Structure Interior Lining - Warren or Chesterton Coating e. Asphalt Paving Construction/Reconstruction (Less than 15,000 SY) f. - Is= h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 650 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 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 urety eting thennequirements of Paragraph d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION #REF! by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook 00 42 43 BIDPROPOSAL Page 1 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value IA* 3311.0657 24" DI WATER PIPE 33 11 10 LF 4,560 1B* 3311.0687 24" CONCRETE AWWA C303 WATER PIPE 33 1113 LF 4,560 1C* 3311.0677 24" STEEL AWWA C200 WATER PIPE 33 1114 LF 4,560 2A* 3311.0001 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 33 1111 TON 23 2B* 3311.0021 C303 FITTINGS 33 11 13 LS 1 2C* 13311.0011 STEEL FITTINGS 33 11 14 LS 1 * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 1 through 2 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE 3 3311.0241 8" PVC DR-14 WATER PIPE 33 11 12 LF 5,590 4 3305.2007 24" WATER CARRIER PIPE 33 05 24 LF 340 5 3305.1107 42" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 340 6 3305.2002 8" WATER CARRIER PIPE 33 05 24 LF 250 7 3305.1102 16" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 250 8 3311.0161 6" PVC WATER PIPE 33 1112 LF 100 9 3312.3008 24" GATE VALVE W/ VAULT 33 1220 EA 3 10 3312.3003 8" GATE VALVE 33 1220 EA 31 11 3312.3002 6" GATE VALVE 33 1220 EA 7 12 3305.0003 8" WATERLINE LOWERING 3305 12 EA 6 13 3312.1004 4" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 2 14 3312.1002 2" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 1 15 3312.6003 8" BLOW OFF VALVE 33 1260 EA 1 16 3312.0117 CONNECTION TO EXISTING 4"-12" WATER MAIN 33 1225 EA 6 17 3312.0106 CONNECTION TO EXISTING 16" WATER MAIN 33 1225 EA 1 18 3312.0108 CONNECTION TO EXISTING 24" WATER MAIN 33 1225 EA 2 19 3305.0109 TRENCH SAFETY 3305 10 LF 4,560 20 3305.0202 IMPORTED EMBEDMENT/BACKFILL, CSS 3305 10 CY 50 21 3305.0203 IMPORTED EMBEDMENTBACKFILL, CLSM 3305 10 CY 50 22 3305.0207 IMPORTED EMBEDMENTBACKFILL, SELECT FILL 3305 10 CY 100 23 3304.0101 TEMPORARY WATER SERVICES 33 04 30 LS 1 24 3312.2003 1" WATER SERVICE 33 12 10 EA 111 25 3312.2001 1" WATER SERVICE, METER RECONNECTION 33 12 10 EA 111 26 3312.2003 1" WATER SERVICE, METER RELOCATION 33 12 10 LF 230 27 3304.0002 CATHODIC PROTECTION 33 04 12 LS 1 28 3304.0003 CATHODIC PROTECTION - DESIGN 33 04 12 LS 1 29 241.161 SALVAGE FIRE HYDRANT 0241 14 EA 8 30 241.151 SALVAGE WATER GATE VALVE 0241 14 EA 43 31 3312.0001 FIRE HYDRANT 33 1240 EA 8 32 241.4001 REMOVE 10' CURB INLET 0241 14 EA 2 33 241.1305 REMOVE 12" WATER VALVE 0241 14 EA 4 34 241.1001 WATERLINE GROUTING 0241 14 CY 220 35 3110.0103 12"48" TREE REMOVAL 31 1000 EA 10 36 3349.5001 10' CURB INLET 33 49 20 EA 2 37 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 330530 EA 10 38 135.0101 RAILROAD COORDINATION 01 35 13 LS 1 39 135.0102 RAILROAD FLAGMEN 01 35 13 WD 30 $1,400.00 $42,000.00 40 0171.0101 CONSTRUCTION STAKING 01 7123 LS 1 41 0171.0102 AS -BUILT SURVEY 01 7123 LS 1 42 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS 1 43 3125.0101 SWPPP > 1 ACRE 31 25 00 LS 1 44 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 2,700 45 3216.0102 6" CONCRETE CURB AND GUTTER 32 16 13 LF 2,700 46 241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 0241 13 SF 5,535 47 3213.0401 INSTALL NEW 6" CONCRETE DRIVEWAY 32 1320 SF 5,535 48 241.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 1,235 49 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 1,235 50 241.03 REMOVE ADA RAMP 0241 13 EA 2 51 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I CPN 4103380-1 00 41 00 Bid Proposal Workbook 00 42 43 BIDPROPOSAL Page 2 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 52 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 1613 SY 48 53 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 1613 SY 48 54 3201.0111 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 5,215 55 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 150 56 13201.0111 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 4,405 57 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 150 58 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 59 3212.0201 2" ASPHALT PVMT TYPE D 32 12 16 SY 9,700 60 3201.0614 CONC PVMT REPAIR, RESIDENTIAL 32 01 29 SY 23 61 3201.0616 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 32 01 29 SY 580 62 3212.0401 HMAC TRANSITION 32 12 16 TN 8 63 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 1723 LF 60 64 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 1732 LF 80 65 3217.1002 LANE LEGEND ARROWS 32 17 23 EA 7 66 3217.1004 LANE LEGEND ONLY 32 1723 EA 3 67 3217.2103 REEL RAISED MARKER TY II -A -A 32 1723 EA 147 68 3217.2104 REEL RAISED MARKER TY H-C-R 32 1723 EA 175 69 3217.0101 6" SLD PVMT MARKING HAS (W) 32 1723 LF 2,190 70 9999.0014 6" SLD PVMT MARKING HAS (W) (EDGELINE) 32 1723 LF 415 71 3217.0102 6" SLD PVMT MARKING HAS (Y) 32 1723 LF 4,345 72 3217.0201 8" SLD PVMT MARKING HAS (W) 33 1723 LF 155 73 3217.0114 6" DASHED PVMT MARKING (Y) 32 1723 LF 155 74 3217.0113 6" DASHED PVMT MARKING (W) 32 17 23 LF 315 75 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 19 76 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR MINOR 3305 14 EA 6 77 9999.0015 PAINTING CURB ADDRESSES 32 1725 EA 24 78 3291.01 TOPSOIL 3291 19 CY 30 79 3292.01 BLOCK SOD REPLACEMENT 3292 13 SY 50 80 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 81 9999.0015 4" PIPE UNDERDRAIN, TYPE 8 99 99 99 LF 10 82 3471.0001 TRAFFIC CONTROL 3471 13 MO 6 83 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 $20,000.00 $20,000.00 84 3217.4302 REMOVE 6" PVMT MARKINGS 32 1723 LF 7,420 85 3217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 86 3217.4307 REMOVE RPMS 32 1723 EA 325 87 3217.4402 REMOVE LANE LEGEND ARROWS 32 1723 EA 7 88 3217.4404 REMOVE LANE LEGEND ONLY 33 1723 EA 3 89 19999.0005 WATER CONSTRUCTION ALLOWANCE 99 99 99 LS 1 $100,000.00 $100,000.00 Sub -Total Unit 1- WATER $162,000.00 Unit 2 - SANITARY SEWER 1 3331.4208 12" PVC SDR-26 SEWER PIPE 33 3120 LF 190 2 3331.4201 10" PVC SDR-26 SEWER PIPE 33 3120 LF 570 3 3331.4115 8" PVC SDR-26 SEWER PIPE 33 3120 LF 3,180 4 3331.5749 10" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 33 3120 LF 20 5 3331.5747 8" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 33 31 20 LF 20 6 3305.3004 12" SEWER CARRIER PIPE 33 05 24 LF 80 7 3305.1102 24" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 80 8 3331.1102 8" PIPE ENLARGEMENT 33 3123 LF 90 9 3339.1001 4' MANHOLE 3339 10, 33 39 20 EA 18 10 3339.1002 4' STANDARD DROP MANHOLE 3339 10, 33 3920 EA 1 11 3339.1003 4' EXTRA DEPTH MANHOLE 3339 10, 33 39 20 VF 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I CPN 4103380-1 00 41 00 Bid Proposal Workbook 00 42 43 BIDPROPOSAL Page 3 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 12 3339.0001 EPDXY MANHOLE LINER 33 39 60 VF 8 13 3305.0112 CONCRETE COLLAR FOR MANHOLE 3305 17 EA 19 14 3331.3313 4" SEWER SERVICE 33 31 50 EA 65 15 3301.0001 PRE -CCTV INSPECTION 33 01 31 LF 120 16 3301.0002 POST -CCTV INSPECTION 33 01 31 LF 4,150 17 3301.0004 FINAL MH CCTV INSPECTION 33 01 31 EA 19 18 241.2201 REMOVE 4' SEWER MANHOLE 0241 14 EA 19 19 241.2001 SANITARY LINE GROUTING 0241 14 CY 10 20 241.2104 10" SEWER ABANDONMENT PLUG 0241 14 EA 2 21 17 1.0 101 CONSTRUCTION STAKING 01 71 23 LS 1 22 0171.0102 AS -BUILT SURVEY 01 71 23 LS 1 23 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS 1 24 3125.0101 SWPPP > 1 ACRE 31 25 00 LS 1 25 3305.0109 TRENCH SAFETY 3305 10 LF 3,980 26 3305.0202 IMPORTED EMBEDMENTBACKFILL, CSS 3305 10 CY 50 27 3305.0203 IMPORTED EMBEDMENTBACKFILL, CLSM 3305 10 CY 50 28 3305.0207 IMPORTED EMBEDMENTBACKFILL, SELECT FILL 3305 10 CY 100 29 3305.1003 CONCRETE ENCASEMENT FOR UTILITY PIPES 3305 10 CY 3 30 3305.0113 TRENCH WATER STOPS 3305 10 EA 12 31 3110.0103 12"48" TREE REMOVAL 31 1000 EA 5 32 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIE 3305 30 EA 5 33 3292.0400 SEEDING, HYDROMULCH 3292 13 SY 2,460 34 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 400 35 3216.0102 6" CONCRETE CURB AND GUTTER 32 1613 LF 400 36 241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 0241 13 SF 5,535 37 3213.0401 INSTALL NEW 6" CONCRETE DRIVEWAY 32 1320 SF 5,535 38 241.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 615 39 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 615 40 241.03 REMOVE ADA RAMP 0241 13 EA 3 41 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 6 42 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 1613 SY 53 43 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 16 13 SY 53 44 3201.0111 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 210 45 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 100 46 3201.0111 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 1,350 47 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 100 48 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 49 3212.0201 2" ASPI IALT PVMT TYPE D 32 12 16 SY 9,700 50 3201.0616 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 32 01 29 SY 180 51 3212.0401 HMAC TRANSITION 32 12 16 TN 8 52 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 1723 LF 60 53 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 1732 LF 80 54 3217.1002 LANE LEGEND ARROWS 32 1723 EA 7 55 3217.1004 LANE LEGEND ONLY 32 1723 EA 3 56 3217.2103 REEL RAISED MARKER TY II -A -A 32 1723 EA 147 57 3217.2104 REEL RAISED MARKER TY II-C-R 32 1723 EA 175 58 3217.0101 6" SLD PVMT MARKING HAS (W) 32 1723 LF 2,190 59 9999.0014 6" SLD PVMT MARKING HAS (W) (EDGELINE) 32 1723 LF 415 60 3217.0102 6" SLD PVMT MARKING HAS (Y) 32 1723 LF 4,345 61 3217.0201 8" SLD PVMT MARKING HAS (W) 33 1723 LF 155 62 3217.0114 6" DASHED PVMT MARKING (Y) 32 1723 LF 155 63 3217.0113 6" DASHED PVMT MARKING (W) 32 1723 LF 315 64 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 9 65 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR MINOR 3305 14 EA 6 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART I CPN 4103380-1 00 4100 Bid Proposal Workbook 00 42 43 BIDPROPOSAL Page 4 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 66 9999.0015 PAINTING CURB ADDRESSES 32 1725 EA 24 67 3291.01 TOPSOIL 3291 19 CY 30 68 3292.01 BLOCK SOD REPLACEMENT 3292 13 SY 50 69 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 70 9999.0015 4" PIPE UNDERDRAIN, TYPE 8 99 99 99 LF 10 71 3471.0001 TRAFFIC CONTROL 3471 13 MO 3 72 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 $20,000.00 $20,000.00 73 3217.4302 REMOVE 6" PVMT MARKINGS 32 1723 LF 7,420 74 3217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 75 3217.4307 REMOVE RPMS 32 1723 EA 325 76 3217.4402 REMOVE LANE LEGEND ARROWS 32 17 23 EA 7 77 3217.4404 REMOVE LANE LEGEND ONLY 32 17 23 EA 1 3 78 19999.0013 SANITARY SEWER CONSTRUCTION ALLOWANCE 99 99 99 1 LS I 1 $ 50,000.00 $50,000.00 Sub -Total Unit 2 - SANITARY SEWER $70,000.00 BID SUMMARY Sub -Total Unit 1 - WATER $162,000.00 Sub -Total Unit 2 - SANITARY SEWERI $70,000.00 Total Bid 1 $232,000.00 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 4103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook ADDENDUM NO.3 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 Addendum No. 1 Issue Date: December 16, 2025 Bid Opening Date: December 18, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Procurement and Contracting Requirements / General Reauirements Reyna O. Johnson, PE Lockwood, Andrews & Newnam, Inc. TBPE Firm Registration No. F-2614 DRAWINGS 1. N/A SPECIFICATIONS 1. Section 00 41 00 Bid Form o This specification will be replaced, in its entirety, with the attached revision. 2. Section 00 45 12_Prequalification Statement o This specification will be replaced, in its entirety, with the attached revision. ADDENDUM NO.3 ADDENDUM NO.3 VENDOR OUES'fIONS 1. N1A OTHER 1. N/i! All other terms and conditions remain unchanged, n v u 17 12/ 16/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT — — — — — — — — — — — — — — — — — — — — — — — — By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. 1 1 COMPANYNAME: . (�rs- Tee SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your seated bid may constitute grounds for rejection of your offer. ADDENDUM NO.3 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Water and Sanitary Sewer Replacement Contract 2019, WSM-L Part 1 City Project No.: 103380-1 Units/Sections: Unit 1 - Water Unit 2 - Sanitary Sewer 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 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook —Addendum No. 3 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 24-inch diameter and smaller b. Sewer Collection System, Urban and Renewal, 12-inches and smaller c. Sewer Pipe Enlargement, 8-inches and smaller d. Sanitary Manhole/Structure Interior Lining - Warren or Chesterton Coating e. Boring 42-inch and smaller f. - 7 h. Asphalt Paving Construction/Reconstruction (Less than 15,000 SY) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 650 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. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook —Addendum No. 3 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION #REF! by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook —Addendum No. 3 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 24-inch diameter and smaller Sewer Collection System, Urban and Renewal, 12- inches and smaller Sewer Pipe Enlargement, 8- inches and smaller Sanitary Manhole/Structure Interior Lining - Warren or Chesterton Coating Boring 42-inch and smaller Asphalt Paving Construction/Reconstruction (Less than 15,000 SY) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. 0 By: 0 0 0 (Signature) 0 Title: 0 Date: END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 09/19/2025 00 41 00 Bid Proposal Workbook_Addendum No. 3 ADDENDUM NO.4 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 Addendum No. 1 Issue Date: December 16, 2025 Bid Opening Date: December 18, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Procurement and Contracting Requirements / General Requirements Owl *:�.......................�.. . REYNA 0. JOHNSON ........................... 134031 ll�\` 1 — — — 12/16/2025 Reyna O. Johnson, PE Lockwood, Andrews & Newnam, Inc. TBPE Firm Registration No. F-2614 DRAWINGS 1. N/A SPECIFICATIONS 1. Section 00 41 00_Bid Proposal Workbook o The excel workbook will be replaced, in its entirety, with the attached revision. VENDOR QUESTIONS 1. N/A ADDENDUM NO. 4 ADDENDUM NO.4 OTHER 1. NM All other terms and conditions remain unchanged. O �-s 1l )�' 12/16/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 4 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: T[.x 0 -k -�-►z� J,�[ . SIGNATURE: NOTE: Company name and signature must be the same as on the original bid docurnents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.4 ADDENDUM NO. 5 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 Addendum No. 5 Issue Date: December 18, 2025 Bid Opening Date: December 18, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. Procurement and Contracting Requirements / General Reauirements OF T—�Nlll r CD ..........................1r REYNA 0. JOHNSON �... .....................e .. 11 134031 ll F� ` 12/18/2025 Reyna O. Johnson, PE Lockwood, Andrews & Newnam, Inc. TBPE Firm Registration No. F-2614 DRAWINGS 1. N/A SPECIFICATIONS 1. Section 00 42 43_Bid Proposal Workbook o The excel workbook will be replaced, in its entirety, with the attached revision. o Line item #56 (Unit 1) updated to 7'wide Asphalt pvmt Repair o Line item #82 (Unit 1) Traffic control increased to 11 months. ADDENDUM NO. 5 ADDENDUM NO.5 o Line item #71 (Unit II) Traffic control increased to 11 months VENDOR QUESTIONS 1. N/A OTHER 1. N/A All other terms and conditions remain unchanged. dti J I 12/ i 8/2025 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 4 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: . ec-a - Te- Y. s ( n c_ SIGNATI1RE:. NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO. 5 0011 13 INVITATION TO BIDDERS Pagel of 3 [y 000 1 [1)0[Q111IN l INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Water and Sanitary Sewer Replacements, Contract 2019, WSM-L, Part 1- CPN 103380-1("Project") will be received by the City of Fort Worth via the Procurement Portal httys:Hfortworthtexas.bonfirehub.com/portal/?tab=openopportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 18, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at New City Hall (NCH); Room MZ10_12, 100 Fort Worth Trail, Fort Worth, TX 76102. Bidders shall also email the Small Business Utilization Form, and Small Business Certificate(s), (if applicable) to the city PM. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103380-1 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Water — Unit 1 • 4,620 LF of 24-inch Water Line by Open Cut • 340 LF of 24-inch Water Carrier Pipe • 340 LF of 42-inch Casing by Other than Open Cut • 5,590 LF of 8-inch Water Line by Open Cut • 70 LF of 8-inch Water Carrier Pipe • 70 LF of 16-inch Casing by Other than Open Cut • Roadway Improvements Sanitary Sewer — Unit 2 • 150 LF of 12-inch Sanitary Sewer Pipe by Open Cut • 120 LF of 12-inch PVC Sanitary Sewer Carrier Pipe • 120 LF of 24-inch Casing by Other than Open Cut • 590 LF of 10-inch Sanitary Sewer Pipe by Open Cut • 3,290 LF of 8-inch Sanitary Sewer Pipe by Open Cut • Roadway Improvements PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103380-1 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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: Tuesday, December 9t'', 2025 TIME: 3:00 P.M. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES First Advertisement — November 12, 2025 Second Advertisement — November 19, 2025 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 103380-1 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 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..og v/departments/ipw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=4d008O4b 133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding.aspx?QS=e43c4239775f4b2583552c029c6al ed2 3.1.3. Water and Sanitary Sewer — Requirements document located at: https://app-us3.e- builder.net/public/publicLanding. aspx?QS=4fc66ff8c36c4cO29d542d4e5 5114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 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 https://fortworthtexas.bonfirehub. com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 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. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Small Business Ordinance No. 27832-08-25, the City has established a goal for the participation of small businesses for City contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and additional requirements. Failure to comply may render the Bidder non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https:Hfortworthtexas.bonfirehub. com/portal/?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 httos://www.ethics.state.tx.us/data/forms/1295/1295.Ddf 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. 10QiZ13 MIX4011110 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised/Updated September 1, 2025 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httips://www.ethics.state.tx.us/data/forms/conflict(C]S.p,df 0 CIQ Form does not apply iii CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary G CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Gra-Tex Utilities Inc. PO Box 1038 7218 Bloxom Park Rd. Kennedale Texas 76060 END OF SECTION By: Rex Heflin Signature; Title: CEO CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised September 19, 2025 1-00 41 00 Bid Proposal Workbook Addendum No. 5 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO- The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Water and Sanitary Sewer Replacement Contract 2019, WSM-L Part 1 City Project No.. 103380-1 Units/Sections: Unit 1 - Water Unit 2 - Sanitary Sewer 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. "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 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook Addendum No 5 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 24-inch diameter and smaller b. Sewer Collection System, Urban and Renewal, 12-inches and smaller c. Sewer Pipe Enlargement, 8-inches and smaller d. Sanitary Manhole/Structure Interior Lining - Warren or Chesterton Coating e. Boring 42-inch and smaller f. - M h. Asphalt Paving Construction/Reconstruction (Less than 15,000 SY) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 650 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. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook Addendum No 5 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 8, 9�9, 90 3, ao 7. Bid Submittal This Bid is submitted on 12-18-2025 Respectfully submitted, (Signature) Rex Heflin (Printed Name) Title: CEO Company: Gra-Tex Utilities Inc. Address: PO Box 1038 7218 Bloxom Park Rd. Kennedale Texas 76060 State of Incorporation: Texas Email: estimating@gra-tex.com Phone: 817-781-0234 END OF SECTION by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: (Z'J N* Addendum No. 2: w µ Addendum No. 3: Q uU l� Addendum No. 4: 12'A l+ RUJ !F Corporate Seal: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 00 41 00 Bid Proposal Workbook Addendum No 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Dc-iption Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value IA* 3311.0657 24" DI WATER PIPE 33 11 10 LF 4,560 $270.00 $8,920.00 $1,231,200.00 $205,160.00 IB* 3311.0687 24" CONCRETE AWWA C303 WATER PIPE 33 11 13 LF 4,560 IC* 331 I.0677 24" STEEL AW WA C200 WATER PIPE 33 11 14 LF 4,560 2A* 3311.0001 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 33 It 1 I TON 23 2B* 3311.0021 C303 FITTINGS 33 1113 LS 1 2C* 3311.0011 STEEL FITTINGS 33 11 14 LS I • Contractor to provide Unit Price / Bid Value for only one ofthe pipe material alternatives for items 1 through 2 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE 3 3311.0241 8" PVC DR-I4 WATER PIPE 33 1 112 LF 5,590 $90.00 $312.00 $950.00 $30.00 $610.00 $90.00 $52,000.00 $2.610.00 $2,350.00 $11,200.00 $32,200.00 $10,030.00 $19,300.00 $8,475.00 $17,100.00 $21,400.00 $1.00 $95.00 $225.00 $25.00 $100,000.00 $2,150.00 $400.00 $250.00 $85,000.00 $12,600.00 $1,000.00 $750.00 $7,690.00 $3,500.00 $900.00 $370.00 $1,275.00 $12,050.00 $820.00 $31,500.00 $1,400.00 $44.100.00 $31,500.00 $2,520.00 $8,190.00 $9.00 $82.00 $5.00 $19.00 $4.00 $14.00 $441.00 $5,670.00 $50.00 $245.00 $145.00 $358.00 $150.00 $503,100.00 $106,080.00 $323,000.00 $7,500.00 $152,500.00 $9,000.00 $156,000.00 $80,910.00 $16,450.00 $67,200.00 $64,400.00 $10,030.00 $19,300'00 $50,850.00, $17,100.00 $42,800.00 $4,560.00 $4,750.00 $11.250.00 $2,500.00 $100,000.00 $238,650.00 $44,400.00 $57,500.00 $85,000.00 $12,600.00 $8,000.00 $32,250.00 $61,520.00 $7.000.00 $3,600.00 $81.400.00 $12,750.00 $24,100.00 $8,200.00 $31,500.00 $42,000.00 $44,100.00 $31,500.00 $2,520.00 $8,190.00 $24,300.00 $221,400.00 $27,675.00 $105,165.00 $4,940.00 $17,290.00 $882.00 $22,680.00 $2,400.00 $11,760.00 $756,175.00 $53,700.00 $660,750.00 4 3305.2007 24" WATER CARRIER PIPE 33 05 24 LF 340 5 3305.1107 42" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 340 6 3305.2002 8" WATER CARRIER PIPE 33 05 24 LF 250 7 3305.1102 16" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 250 8 3311.0161 6" PVC WATER PIPE 3311 12 LF 100 9 3312.3008 24" GATE VALVE W/ VAULT 33 1220 EA 3 10 3312.3003 8" GATE VALVE 33 1220 EA 31 11 3312.3002 6" GATE VALVE 33 1220 EA 7 12 3305.0003 8" WATERLINE LOWERING 3305 12 EA 6 13 3312.1004 4" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 2 14 3312.1002 2" COMBINATION AIR VALVE ASSEMBLY FOR WATER 33 1230 EA 1 15 13312.6003 8" BLOW OFF VALVE 33 1260 EA 1 16 3312.0117 CONNECTION TO EXISTING 4"-12" WATER MAIN 33 1225 EA 6 17 3312.0106 CONNECTION TO EXISTING 16" WATER MAIN 33 1225 EA 1 18 3312.0108 CONNECTION TO EXISTING 24" WATER MAIN 33 1225 EA 2 19 3305.0109 TRENCH SAFETY 3305 10 LF 4,560 20 3305.0202 IMPORTED EMBEDMENTBACKFILL, CSS 3305 10 CY 50 21 3305.0203 IMPORTED EMBEDMENTBACKFILL, CLSM 3305 10 CY 50 22 3305.0207 IMPORTED EMBEDMENTBACKFILL, SELECT FILL 3305 10 CY 100 23 13304.0101 TEMPORARY WATER SERVICES 33 04 30 LS 1 24 3312.2003 1" WATER SERVICE 33 12 10 EA 111 25 3312.2001 V WATER SERVICE, METER RECONNECTION 33 12 10 EA 111 26 3312.2003 1" WATER SERVICE, METER RELOCATION 33 12 10 LF 230 27 3304.0002 CATHODIC PROTECTION 3304 12 LS 1 28 3304.0003 CATHODIC PROTECTION - DESIGN 3304 12 LS 1 29 241.161 SALVAGE FIRE HYDRANT 0241 14 EA 8 30 24 1. 151 SALVAGE WATER GATE VALVE 0241 14 EA 43 31 3312.0001 FIRE HYDRANT 33 1240 EA 8 32 1241.4001 REMOVE 10' CURB INLET 0241 14 EA 2 33 241.1305 REMOVE 12" WATER VALVE 0241 14 EA 4 34 24 1. 1001 WATER LINE GROUTING 0241 14 CY 220 35 3110.0103 12"-I8" TREE REMOVAL 31 1000 EA 10 36 3349.5001 10' CURB INLET 33 49 20 EA 2 37 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 33 05 30 EA 10 38 135.0101 RAILROAD COORDINATION 01 35 13 LS 1 39 135.0102 RAILROAD FLAGMEN 0135 13 WD 30 40 0171.0101 CONSTRUCTION STAKING 01 71 23 LS 1 41 0171.0102 AS -BUILT SURVEY 0171 23 LS 1 42 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS 1 43 3125.0101 SWPPP > 1 ACRE 31 2500 LS 1 44 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 2,700 45 3216.0102 6" CONCRETE CURB AND GUTTER 32 16 13 LF 2,700 46 241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 0241 13 SF 5,535 47 3213.0401 INSTALL NEW 6" CONCRETE DRIVEWAY 32 1320 SF 5,535 48 1241.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 1,235 49 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 1,235 50 241.03 REMOVE ADA RAMP 0241 13 EA 2 51 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 4 52 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 16 13 SY 48 53 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 1613 SY 48 54 3201.0111 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 5,215 55 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 150 56 13201.0111 T WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 4,405 CII\' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENIS Re, i.d 9/19/2025 00 42 43 IIID PROPOSAL I'aF I art WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 W'SAI-L PART I CPN 4103380.1 00 4100 Bid P.W.) Wo Lb-k Addendum No. 5_Grme.� 00 42 43 DID PROPOSAL Ng� 2 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal 1 io4s 1 _ UTATF]D Bidlist Item No. Description Specification Section No. Uni(of Measure Bid Quantity Unit Price $358.00 $4.00 $21.00 $275.00 $290.00 $260.00 $25.00 $19.00 $504.00 $504.00 $7.00 $19.00 $1.00 $1.00 $1.00 $3.00 $1.00 $1.00 $1,400.00 $3,025.00 $315.00 $86.00 $13.00 $6,300.00 $75.00 $7,000.00 $20,000.00 $1.00 $2.00 $5.00 $250.00 $250.00 $100,000.00 Bid Value $53,700.00 $38,800.00 $203,700.00 $6,325.00 $168,200.00 $2,080.00 $1.500.00 $1,520.00 $3,528.00 $1,512.00 $1,029.00 $3,325.00 $2,190.00 $415.00 $4,345.00 $465.00 $155.00 $315.00 $26,600.00 $18,150.00 $7,560.00 $2,580.00 $650.00 $12,600.00 $750.00 $77,000.00 $20,000.00 $7,420.00 $310.00 $1,625.00 $1,750.00 $750.00 $100,000.00 57 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 150 58 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 59 3212.0201 2" ASPHALT PVMT TYPE D 32 12 16 SY 9,700 60 3201.0614 CONC PVMT REPAIR, RESIDENTIAL 3201 29 SY 23 61 13201.0616 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 3201 29 SY 580 62 3212.0401 HMAC TRANSITION 32 12 16 TN 8 63 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 1723 LF 60 64 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 1732 LF 80 65 3217.1002 LANE LEGEND ARROWS 32 1723 EA 7 66 3217.1004 LANE LEGEND ONLY 32 1723 EA 3 67 13217.2103 REFL RAISED MARKER TY 11-A-A 32 1723 EA 147 68 3217.2104 REFL RAISED MARKER TY II-C-R 32 1723 EA 175 69 3217.0101 6" SLD PVMT MARKING HAS W 32 1723 LF 2,190 70 9999.0014 6" SLD PVMT MARKING HAS W EDGELINE 32 1723 LF 415 71 3217.0102 6" SLD PVMT MARKING HAS Y 32 1723 LF 4,345 72 3217.0201 8" SLD PVMT MARKING HAS W 33 1723 LF 155 73 3217.0114 6" DASHED PVMT MARKING Y 32 1723 LF 155 74 3217.0113 6" DASHED PVMT MARKING W 32 1723 LF 1 315 75 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 19 76 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR MINOR 3305 14 EA 6 77 19999.0015 PAINTING CURB ADDRESSES 32 1725 EA 24 78 3291.01 TOPSOIL 3291 19 CY 30 79 3292.01 BLOCK SOD REPLACEMENT 3292 13 SY 50 80 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 81 9999.0015 4" PIPE UNDERDRAIN TYPE 8 99 99 99 LF 10 82 3471.0001 TRAFFIC CONTROL 3471 13 MO 11 83 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 84 3217.4302 REMOVE 6" PVMT MARKINGS 32 1723 LF 7,420 85 13217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 86 3217.4307 REMOVE RPMS 32 1723 EA 325 87 3217.4412 REMOVE LANE LEGEND ARROWS 32 1723 EA 7 88 3217.4404 REMOVE LANE LEGEND ONLY 33 17 23 EA 3 89 9999.0005 WATER CONSTRUCTION ALLOWANCE 99 99 99 LS 1 Sub -Total Unit 1 - WATER $6 702 386.00 Unit L- NAIVIIARYNEWER 1 3331.4208 12" PVC SDR-26 SEWER PIPE 33 31 20 LF 190 $127.00 $24.130.00 2 3331.4201 10" PVC SDR-26 SEWER PIPE 3331 20 LF 570 $116.00 $66,120.00 3 3331.4115 8" PVC SDR-26 SEWER PIPE 33 31 20 LF 3,180 $110.05 $349,800.00 4 3331.5749 10" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 3331 20 LF 20 $155.00 $3,100.00 5 3331.5747 8" PVC SDR-26 SEWER PIPE, CLSM BACKFILL 3331 20 LF 20 $145.00 $2,900.00 6 3305.3004 12" SEWER CARRIER PIPE 33 05 24 LF 80 $134.00 $10,720.00 7 3305.1102 24" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 80 $825.00 $66,000.00 8 3331.1102 8" PIPE ENLARGEMENT 3331 23 LF 90 1 $150.00 $13,500.00 9 3339.1001 4' MANHOLE 33 39 10, 33 39 20 EA 18 $9,350.00 $168,300.00 10 3339.1002 4' STANDARD DROP MANHOLE 3339 10, 33 39 20 EA I $10,050.00 $10,050.00 11 3339.1003 4' EXTRA DEPTH MANHOLE 33 39 10, 33 39 20 VF 27 $220.00 $5,940.00 12 3339.0001 EPDXY MANHOLE LINER 33 39 60 VF 8 $567.00 $4,536.00 13 3305.0112 CONCRETE COLLAR FOR MANHOLE 3305 17 EA 19 $2 200.00 $41,800.00 14 333 L3313 4" SEWER SERVICE 3331 50 EA 65 $2 525.00 $164,125.00 15 3301.0001 PRE -CCTV INSPECTION 3301 31 LF 120 $30.00 $3,600.00 16 3301.0002 POST -CCTV INSPECTION 3301 31 LF 4,150 $10.00 $41,500.00 17 3301.0004 FINAL MH CCTV INSPECTION 3301 31 EA 19 $183.00 $3,477.00 18 241.2201 REMOVE 4' SEWER MANHOLE 0241 14 EA 19 $1 225.00 $23.275.00 19 1241.2001 SANITARY LINE GROUTING 0241 14 CY 10 $325.00 $3,250.00 20 241.2104 10" SEWER ABANDONMENT PLUG 02 41 14 EA 2 $3 650.00 $7,300.00 21 171.0101 CONSTRUCTION STAKING 01 71 23 LS I 1 $44 100.00 $44,100.00 22 10171.0102 AS -BUILT SURVEY 01 71 23 LS 1 $31,500.00 $31,500.00 CFFY OF FORT WORTII WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WShFI_ PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN N 103390.1 Revised 9092025 004I 00 Did Psop-I Workbook Addendum No. 5 Gsotc.v UNIT PRICE BID SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidders Proposal 004243 BID PROPOSAL Page 3 or4 Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Pri cc Did Value 23 3305.0110 UTILITY MARKERS -LOCATORS 33 05 26 LS 1 $3 000.00 $3,000.00 24 3125.0101 SWPPP _> I ACRE 31 2500 LS 1 $8 190.00 $8,190.00 25 3305.0109 TRENCH SAFETY 3305 10 LF 3,980 2 $7,960.00 26 3305.0202 IMPORTED EMBEDMENT/BACKFILL, CSS 3305 10 CY 50 $95.00 $4.750.00 27 3305.0203 IMPORTED EMBEDMENT/BACKFILL, CLSM 3305 10 CY 50 $225.00 $11,250.00 28 13305.0207 IMPORTED EMBEDMENT/BACKFILL, SELECT FILL 3305 10 CY 100 $25.00 $2,500.00 29 3305.1003 CONCRETE ENCASEMENT FOR UTILITY PIPES 3305 10 CY 3 475 $1,425.00 30 3305.0113 TRENCH WATER STOPS 3305 10 EA 121 3710 $44,520.00 31 3110.0103 12"-18" TREE REMOVAL 31 1000 EA 5 $2 142.00 $10,710.00 32 3305.0103 EXPLORATORY EXCAVATION OF EXISTING UTILITIF 33 05 30 EA 5 825 $4,125.00 33 3292.0400 SEEDING, HYDROMULCH 3292 13 SY 2,460 2 $4,920.00 34 241.13 REMOVE EXISTING CONCRETE CURB AND GUTTER 0241 13 LF 400 9 $3,600.00 35 3216.0102 6" CONCRETE CURB AND GUTTER 32 16 13 LF 400 82 $32,800.00 36 1241.0401 REMOVE EXISTING CONCRETE DRIVEWAY 024113 SF 5,535 5 $27,675.00 37 3213.0401 INSTALL NEW 6" CONCRETE DRIVEWAY 32 1320 SF 5,535 19 $105,165.00 38 241.01 REMOVE 4" CONCRETE SIDEWALK 0241 13 SF 1 615 4 $2,460.00 39 3213.0301 INSTALL NEW 4" CONCRETE SIDEWALK 32 1320 SF 615 14 $8,610.00 40 241.03 REMOVE ADA RAMP 0241 13 EA 3 441 $1,323.00 41 3213.0501 BARRIER FREE RAMP, TYPE R-1 32 1320 EA 6 5670 $34,020.00 42 241.14 REMOVE EXISTING CONCRETE VALLEY GUTTER 32 16 13 SY 531 50 $2,650.00 43 3216.0302 INSTALL NEW 7" CONCRETE VALLEY GUTTER 32 16 13 SY 53 245 $12,985.00 44 13201.0111 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 3201 17 LF 210 145 $30,450.00 45 3201.0201 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, RESTIDENTIAL 3201 17 SY 100 358 $35,800.00 46 3201.0111 4' WIDE ASPHALT PVMT REPAIR, ARTERIAL 3201 17 LF 1,350 145 $195,750.00 47 3201.0202 ASPHALT PVMT REPAIR BEYOND DEFINE WIDTH, ARTERIAL 3201 17 SY 100 358 $35,800.00 48 241.1506 2" SURFACE MILLING 0241 15 SY 9,700 4 $38,800.00 49 3212.0201 2" ASPHALT PVMT TYPE D 32 1216 SY 1 9,700 21 $203,700.00 50 13201.0616 CONIC PVMT REPAIR, ARTERIAL/INDUSTRIAL 3201 29 SY 180 288 $51,840.00 51 3212.0401 HMAC TRANSITION 32 12 16 TN 8 259 $2,072.00 52 3217.0502 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 1723 LF 60 25 $1,500.00 53 3217.0504 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 1732 LF 80 19 1 $1,520.00 54 3217.1002 LANE LEGEND ARROWS 32 1723 EA 7 504 $3,528.00 55 3217.1004 LANE LEGEND ONLY 32 1723 EA 3 504 $1,512.00 56 3217,2103 REFL RAISED MARKER TY H-A-A 32 1723 EA 147 7 $1,029.00 57 13217.2104 REEL RAISED MARKER TY II-C-R 32 1723 EA 175 19 $3,325.00 58 3217.0101 6" SLD PVMT MARKING HAS W 32 17 23 LF 2,190 1 $2,190.00 59 9999.0014 6" SLD PVMT MARKING HAS W EDGELINE 32 1723 LF 415 1 $415.00 60 3217.0102 6" SLD PVMT MARKING HAS Y 32 1723 LF 4,345 1 $4,345.00 61 3217.0201 8" SLD PVMT MARKING HAS W 33 1723 LF 155 3 $465.00 62 3217.0114 6" DASHED PVMT MARKING Y 32 1723 LF 155 1 $155.00 63 3217.0113 6" DASHED PVMT MARKING W 32 1723 LF 315 1 $315.00 64 3305.0111 WATER VALVE BOX ADJUSTMENT WITH CONCRETE COLLAR - MINOR 3305 14 EA 9 1400 $12,600.00 65 3305.0107 MANHOLE ADJUSTMENT WITH CONCRETE COLLAR MINOR 3305 14 EA 6 3025 $18,150.00 66 19999.0015 PAINTING CURB ADDRESSES 32 1725 EA 24 3151 $7,560.00 67 3291.01 TOPSOIL 3291 19 CY 30 86 $2,580.00 68 3292.01 BLOCK SOD REPLACEMENT 3292 13 SY 50 13 $650.00 69 3349.5005 REMOVE AND REPLACE INLET TOP, 5' 0241 15 EA 2 4100 $8,200.00 70 9999.0015 4" PIPE UNDERDRAIN, TYPE 8 99 99 99 LF 10 75 $750.00 71 3471.0001 TRAFFIC CONTROL 3471 13 MO 1 I 7000 $77,000.00 72 9999.0016 MISCELLANEOUS IRRIGATION ADJUSTMENT 3305 14 LS 1 $20,000.00 $20,000.00 73 3217.4302 REMOVE 6" PVMT MARKINGS 32 1723 LF 7,420 1 $7.420.00 74 3217.4303 REMOVE 8" PVMT MARKINGS 32 1723 LF 155 2 $310.00 75 3217.4307 REMOVE RPMS 32 1723 EA 325 5 $1,625.00 76 3217.4402 REMOVE LANE LEGEND ARROWS 32 1723 EA 7 $250.00 $1,750.00 77 3217.4404 REMOVE LANE LEGEND ONLY 32 1723 EA 3 $250.05 $750.00 78 9999.0013 SANITARY SEWER CONSTRUCTION ALLOWANCE 99 99 99 LS 1 $ 50,000.00 $50,000.00 Sub -Total Unit 2 - SANITARY SEWER $2 247 517.00 BID SUMMARY Sub -Total Unit 1 - WATERI $6 702 386.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUAIENrS Re,m,19/19/2025 WATER AND SANBARY SEWER REPLACEMENT CONTRACT 2019 WSM-L. PART 1 CPN 0103390-1 00 4100 Rid Prop -I Workb k Addendum No. 5_Graies SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 DID PROPOSAI. Pag 4 of 4 Bidder's Application Project Item Information Bidders Proposal Unit 1 - WATER Bidlist Item No. Description Specification Section No. Unit o Measure Did Quantity Unit Price Did Value Sub -Total Unit 2 - SANITARY SEWER $2 247 517.00 Total Bidl $8 949 903.00 END OF SECTION MY OF FORT WORTH WATER AND SANITARY SEWER REPLACENIENTCONIRACT 2019 WSM-1- PART I STANDARD CONSTRUCTION SPECIFICATION DOC UNIENIS CPN #103380-1 Revised 9/19/2025 00 4100 aid I'mp-1 Wakbwk Addendum No. 5_Gm- -AIA Document A31oT"" —2010 %M:• CONTRACTOR: (Narne, legal slalus and address) Gra-Tex Utilities, Inc. PO Box 1038 Kennedale, TX 76060 OWNER: (Nance, legal status and address) City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 BOND AMOUNT: SURETY: (Narne, legal srcvus and principal place of business) I lal tford Fire insurance Cotillion) One Hartford Plaza Hartford, Connectucit 06155 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surely, Owner or other party shall be considered Plural where applicable PROJECT: 5% GAB (Name, location or address, and Project nrnnber, i f anj) City of Fort Worth, Water and Sanitary Sewer Replacement Contract 2019, WSM-L, Water, Paving and Sewer The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein The conditions of this Bond are such that irthe Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either ( I ) enters into a contract with [lie Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in thejurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance ofsuch Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount ofthis [land, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. [Pthis Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to he Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond convicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 12th day of December, 2025 qNN (PI i ) ex iliti e. (Seal) Yrrrtr:ss ("Title) M. Sheld osenbaurn, Vice President Hartford f ' ur ce ompamy fy re) (Seal) (sc) (Title 83 aril y oard. Attorney -in -Fact CAUTION. You should sign an original AIA Contract Document, on which this text appears in RED An original assures that changes will not be obscured. Init. AIA Document A310TI - 2010. Copyright © 1963, 1970 and 2010 by The American Institute ai AmIrlieclo. MI rights reserved, WARNING Thu AIA" Document is protected by U 8 Copyright Law and International titolles Unaethorbed reprodurtion of distribution of this Ate document, or any portion of it, may result in severe civil and criminal ponalties, and will be prosecuted to the maximum exlanl possible under the law Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyrigh! violations of AIA Contract Documents, e-mail The American Institute ofArchitecls' legal c01-n.sel, copyright@aia.org ce+un Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BOND, T-11 One Hartford, Connecticut06155 13qi rd. C l eirrr r s0t h0I ra rtf ord. cu m call: 888-266-3488 or fax: 060-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: I NSUR I Cry UI B 1 NSaR101C'C SVC:S 1,LC Agency Code: 4 6 - 5124 8 2 0 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State ofConnecticul 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut Q Hartford underwriters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut 0 Twin City Fire Insurance Company, a corporation duly organized under the lms ofthe State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of iJnliIll. ted : Bradley Board, Jim II. Barr, [)anieI I''. Dacy ITI, Tracie Garner, Chris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute• seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the Fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. r��r� � 4 �ti t+` �!•IMI•� '-iy1070 `� e�!$7G� i 17T9 • `� ..:;< � oar_,•` • �'•,,,n,•• 'nnu•' ��,iiD* SA4* 0/� Shelby Wiggins, Assistant Secretary STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE Joelle L. LaPierre, Assistant Vice President On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument, [hat (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. Jessica Ciccone My Commission HH 122280 Expires June 20,2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 12th day of December, 2025. Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll -free telephone number for information or to make a complaint at: 1-800-451-6944 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) 490-1007 Web: www. tdi. texas. gov E-mail: ConsumerProtectiongtdi texas gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F/I l 111I11=1:; Gra-Tex Utilities Inc. By: Rex Heflin Signature) Title: CEO Date: 12/18/2025 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 9/19/2025 1-00 41 00 Bid Proposal Workbook Addendum No. 5 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of aBidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/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 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number maybe obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH WATER AND SANITAR Y SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH WATER AND SANITAR Y SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Preq ual ifi cation Expiration Date Water Distribution, Urban and Renewal, 24-inch diameter and Gra-Tex Utilities Inc. smaller Sewer Collection System, Urban and Renewal, 12-inches Gra-Tex Utilities Inc. and smaller Sewer Pipe Enlargement, 8- 4 Excel inches and smaller Sanitary Manhole/Structure Interior Lining - Warren or BCAC Chesterton Coating Boring 42-inch and smaller Haros Partners Asphalt Paving Construction/Reconstruction Advance Paving (Less than 15,000 SY) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gra-Tex Utilities Inc. PO Box 1038 7218 Bloxom Park Rd. Kennedale Texas 76060 END OF SECTION By: Rex Heflin (Signature) Title: CEO Date: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 09/19/2025 1-00 41 00 Bid Proposal Workbook Addendum No. 5 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 24-inch diameter and Gra-Tex Utilities Inc. smaller Sewer Collection System, Urban and Renewal, 12-inches Gra-Tex Utilities Inc. and smaller Sewer Pipe Enlargement, 8- inches and smaller 4 Excel Sanitary Manhole/Structure Interior Lining - Warren or BCAC Zia Chesterton Coating Boring 42-inch and smaller Haros Partners Zlo Asphalt Paving Construction/Reconstruction Advance Paving zio (Less than 15,000 SY) 1 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gra-Tex Utilities Inc. By: Rex Heft n PO Box 1038 7218 Bloxom Park Rd. (Signature) Kennedale Texas 76060 Title: CEO Date: fZ-/8- z0zs— END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019 WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN #103380-1 Revised 09/19/2025 1-00 41 00 Bid Proposal Workbook Addendum No. 5 0045 12 - 2 PREQUALIFICATION STATEMENT 10 11 12 13 14 Page 2 of 2 END OF SECTION CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised September 30, 2021 FORT WORTH. SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code EmaiUmail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalifcation requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving CITY OF FORT WORTH WATER AND SANITAR Y SE WER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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: ) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH WATER AND SANITAR Y SE WER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH WATER AND SANITAR Y SE WER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 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 SANITAR Y SE WER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 14. Equipment 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH WATER AND SANITAR Y SE WER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised August 13, 2021 2 3 4 5 6 7 8 9 i1 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 004526-1 CONTRACTOR COMPLIANCE. WITH WORKER'S COMPENSATION LAW Page 1 of I 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. 103380-1. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: C� rat -Tex U kA- -�4 S By - L—%._ Company (Please Print) PC) &,--, losi2, Signature: Address KCnne le- TTC 'laObea Title: CG—a City/State/zlp (Please Print) THE STATE OF TEXAS § COUNTY OFTARRANT § BEFORE VIE, the undersigned authority, on this day personally appeared Rex Heflin known to me to be the person whose name is subscribed to the foregoing instrument; and acknowledged to me that he/she executed the same as the act and deed of V for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this gth day of March .2026. --�--- GREG STEVEN HUGDAHL t° Ln Notary ID #128160982 t, F My Commission Expires Notary Pu, - in a 1, 7 the State of Texas '� or April 5, 2026 END OF SECTION Cl1Y"OF FORT WORTHIt;1T�'�?,?o\7JSt,V1T,dR;YcttE"RRF,PL?CE".i1p,V'TC'CI,- :ZICT?i?v, STANDARD CONSTRUCTION SPECIFICATIONDOCCMFNTS WSM-1. PART I Revised Jule I , 2011 CIT7"PROJECT .VO. i 9338'0-! 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 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 41 SMALL BUSINESS GOAL APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, the Small Business goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to foster competition, expand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. SMALL BUSINESS GOAL The City's Small Business goal is 30% of the amount bid (if bid alternates are requested, the goal shall be applied to the total bid amount inclusive of any selected alternates). COMPLIANCE Bidders shall comply with the Small Business Goal by meeting or exceeding the small business goal through self -performance and/or Small Business subcontracting participation. Small businesses are based on SBA definitions and must be located within the five Fort Worth counties: Tarrant, Denton, Wise, Parker and Johnson. Small businesses shall be certified via one of the following certifying agencies: • North Central Texas Regional Certifying Agency (NCTRCA) • Dallas/Fort Worth Minority Supplier Development Council (DFW MSDC) • Women's Business Council — Southwest (WBCS) • Texas Department of Transportation (TxDOT) SUBMITTAL OF REQUIRED DOCUMENTATION The following documents must be submitted with the bid documents at the time of bidding: • Completed Small Business Utilization form • Certificates identifying themselves or subcontractors as Small Businesses FAILURE TO COMPLY WITH THE CITY'S SMALL BUSINESS ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. 38 END OF SECTION CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITYPROJECTNO.-103380 Revised September 1, 2025 00 52 43 - 1 Agreement Pagel of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on February 10, 2026, 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 JGra-Tex Utilities, 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 Replacement Contract 2019, WSM-L, Part 1 City Project No. 103380-1 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 Eight Million Nine Hundred Forty -Nine Thousand Nine Hundred Three and 00/100 Dollars ($8,949,903.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 650 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 A.Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty and 00/100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS OFFICIAL RECORD CITY SECRETARY 5.1 CONTENTS: FT. WORTH, TX A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART I Revised September 19, 2025 (effective September 1, 2025) CITY PROJECT NO. 103380 005243-2 Agreement Page 2 of 6 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. Small Business Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART 1 Revised September 19, 2025 (effective September 1, 2025) CITY PROJECT NO. 103380 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 provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART 1 Revised September 19, 2025 (effective September 1, 2025) CITY PROJECT NO. 103380 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART 1 Revised September 19, 2025 (effective September 1, 2025) CITY PROJECT NO. 103380 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 7.14 Small Business Utilization. Contractor shall not make any unjustified changes to its small business utilization as presented on the Small Business Utilization Form. Contractor's failure to abide by the commitments presented on the form or intentional and/or knowing misrepresentation of material facts regarding small business utilization shall be disallowed from bidding on future City of Fort Worth public works contracts for a period of time of not less than one year. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART 1 Revised September 19, 2025 (effective September 1, 2025) CITY PROJECT NO. 103380 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: GRA-TEX UTILITIES, INC. By: / Signature lIlI (Printed Name) Cho Title po Box 1036 Address Ke nn e %,G bo City/State/Zip /z_1(3.- 2,oz�- Date City of Fort Worth By, C 4 Jesica McEachern Assistant City Manager 03/20/2026 Date Attest: A pp'o'o4Upq� aA. � foRT �aad0 ° O v°~o o op.�0 Pvo 0=4 o°°000-00 °°o *� aaai nEXASo45 Jannette Goodall, City Secretary (Seal) M&C: of (� ' d I f i Date: 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 requirem t.5:. 0 Jaikson Jacob Graduate Engineer Approved as to Form and Legality: . Wor— Douglas Black (Mar 18, 2026 18:04:17 CDT) Douglas W. Black Sr. Assistant City Attorney CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 (effective September 1, 2025) APPROVAL RECOMMENDED: ChNtpphei Mahn .lar 17,:Oi51. 2311 COT) Christopher Harder, P.E. Director, Water Department WATER AND SAN17ARYSEWER REPLACEMENT CONTRACT, 2019, WSH-L, PART 1 CITY PROJECT NO. 103380 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Bond Number: 46BCSJC2957 006113-1 PERFORMANCE BOND Page 1 of2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PR_ ESENTS: 6 COUNTY OF TARRANT § 7 [Text in Blue is for information or guidance. Remove all blue text in the project final document.] 8 That we Gra-Tex Utilities, Inc. , known as 9 "Principal' herein and Hartford Fire Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, — Eight Million Nine Hundred Forty -Nine Thousand Nine Hundred Three and 00/100� 14 Dollars ($�8,949,903.001, lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the j10th day of J Februar _, 2026, which Contract is hereby referred to and made a part hereof 20 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as Water and Sanitary Sewer Replacement Contract 2019, 23 WSM-L, Pcol 1, City Project No. 103380-1 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH WATER AND SANIT4 R Y SEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM»L, PART 1 Revised December 8, 2023 CITY PROJECT NO. 103380 0061 13 - 2 PERFORMANCE BOND Page 2 or2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the 25th day of February 6 , 20 26 . 7 8 9 10 11 12 13 A T: 14 15 16 incipal) Secretary 17 18 19 20 2 - 22 ituess to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 0.+ 37 WItness as to Suret 38 39 PRINCIPAL: Gra-Tex Utilities, Inc. �1 /4 wo I� r. M. Sheldon Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 SURETY: Hadfor� BY Sig ature Bradley Board, Attorney -in -Fact Name and Title Address: INSURICA Insurance Services, LLC 500 West 7th Street Suite 1800 Ft V1lndh TX 761 n2 Telephone Number: 817-261-1101 Email Address: Brad. Board an.INSURICA.com 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 fiom the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different fi•om its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. 44 CITY OF FORT WORTH WATER AND SANIT4RYS14WER R8PLACNUHN2'C0N2RA0; STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART] Revised December 8, 2023 CITY PROJECTNO. 103380 Direct Inquiries/claims to: THE HARTFORD POWER OF ATTORNEY BONnectic One Hartford Plaza Hartford, Connecticut 06155 Bond.0 Iaims(cDthehartford.com call: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA DFB INSURANCE SVCS LLC Agency Code: 4 6 - 5124 62 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of hrdiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unl imit:ed : Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 01- tf '••fit r s .��r i tis� at t°:V.'b. r <'.�ra•�e.rrii ► 14+1' a gtAw�b�b 8ycawio�t!' #\�p100•" � i�,� g ;.;: 3j trey _ • + € � * s . qMr s �ti �.a�int4�}ti � �AAIAX• �j tD79 0• ZG79 ,:2 29i9 !� ♦� cif tir ,�•. �dti� y`�y.,, •o y► + '�%IOR�Ito\9�i t �PJ t A4 _ • w�M •�Jt1tN o Shelby Wiggins, Assistant Secretary STALE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE Joelle L. LaPierre, Assistant Vice President On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. Jessica Ciccone My Commission HH 122290 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 251 day of February, 2026. .11Y! �tltr, Ott �� .1� ow, «« P ►I ►ear * 2 . E 3 t {� re �MA1� • �y+ant gat f+, �aelAX� :4 t879 = t070 4�yI F79 "I+ • .uo\9\ti �, ���a'`.-�•`� • �`^w�,�iiio�s"� .io.wt• Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll -free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800- i-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi. texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may, contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. JTX4275-1 Bond Number 46BCSJC2957 0061 14 - 1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Gra-Tex Utilities,lnc. known as 8 "Principal' herein, and Hartford Fire Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Tort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 12 sum of Eight Million Nine Hundred Forty -Nine Thousand Nine Hundred Three and 00/100 Dollars 13 (,$ 8,949,903.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which stun well and truly be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 1 Oth day of �Februn . NM, which Contract is hereby referred to and made a part hereof for 18 all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as Water and Sanitary,Sewer Replacement Contract 2019, WSM--.L, Part 1, CityProject 21 No.103380-1. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH WA TER ANDSANI"1ARYSEWER REPLACEMENT CONTRACT, STANDARD CONs'rRUCTION SPECIFICATION DOCUMENTS 2019, WSM--L, PART 1 Revised December 8, 2023 CITY PROJECT NO. 103380 0061 14 - 2 PAYMENTROND Page 2 of 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 25th day of 3 February , 2026 10 11 12 ATTEST: ®riincipa4l)Secj�-etary itne"ss a 'Principal PRINCIPAL: Gra-Tex Utilities, Inc. 2 A BY; I Signature M. Sheldon Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 Kennedale, TX 76060 SURETY - Hartford Fire InguMance Company i i ATTEST: BY. { �' SigiiatMe � ulanka C7VkVt pn (Surety y) Secretary Name and Title (", CO, L 1 0 f Aj&y..-- Wi aess as to Surety Bradley Board, Attorney -ill -Fact Address: 1ranceins, LLC 560 W. 7th Street Fort Worth. TX 76102 Telephone Number: 817-261-1101 Entail Address: Brad.Board@INSURICA.com Note: If signed by an officer of the Surety, there must be on file a certified extract fiom the bylaws showing that this person has authority to sign such. obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY Or FORT WORTH WATER AND SANITARYSEWER REPLACISMENT CONTRACT; STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM-L, PART 1 Revised December 8, 2023 CITY PROJECT NO. 103380 Direct lnquiries/Glaims to: THE HARTFORD BONnectic POWER OF ATTORNEY One Hartford Plaza Hartford, Connecticut 06155 Bond.0 laims(a)thehartford.com call: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA DEB INSURANCE SVCS LLC Agency Code: 46 - 5124 62 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 10 rQri iy r �'��tYt�s .�' ci tr�,.4 toyyo r o��tarrprrilY a too r`' �+FWratr� L s��ca*r+pr�y a'.K G jd 9 ",�tiulun y • tbiMM► V,y41D79 1979if j 4 7979 • OfaltD�1 SPA '� ��` • ny [t1�0�ti •riou rto ���00-400 Shelby Wiggins, Assistant Secretary STATE OF FLORIDA sS. Lake Mary COUNTY OF SEMINOLE Joelle L. LaPierre, Assistant Vice President On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. Jessica Ciccone Or f4�My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 25rh day of February, 2026. �tYrrW � +F��u^.''m IA16Y eee q av r� �:utN•�egr�. s *q�i � � ?J�/0"'b .. g p g ~ sfit, Iv� "rewr Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll -free telephone number for information or to make a complaint at: 1-800-451-6944 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) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtectionwdi. texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may, contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 0061 19 -1 Bond Number: 46BCSJC2957 MAINTENANC13BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE Or TEXAS § 5 § KNOW ALL BY THESE, PRESENTS: 6 COUNTY OF TARRANT § 7 That we Gra-Tex Utilities, Inc. known as 8 "Principal' herein and Hartford Fire Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 10 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 12 of Ei>^ht Million Nine Hundred Fortv-Nine Thousand Nine Hundred Three and 00/100 Dollars 13 ($_,8,949,903.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for payment of which sum well and truly be made unto the City and its successors, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 10 day of February. 2025, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 23 designated as Water and Sanitary Sewer Replacement Contract 2019, WSM-L , City Project 24 Number 103380-1; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OP TORT WORTH WAITER AND SANITARY SEWER REPLACEMENT CON) RAO, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSW, PART I Revised Decembor 8, 2023 C1TY PROJECT NO. 103380 00 61 19 - 2 MAINTRNANCBBOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT, STANDARD CONSTRUCTION SPI3CIFICATION DOCUMENTS 2019, WSM-I, PART I Revised December 8, 2023 CITY PROJECT NO.103380 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WH.E+REOr, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 25th day of February 3 , 20 26 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: rincipal) Secretary fitness as to cipa ATTEST: . Qos (01 Gu I fa (Surety) Secretary WItness as o Surety PRINCIPAL: Gra-Tex Utilities, Inc. BY, Signature Sheldon M. Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 SURETY: �� Hartford Fire I uran a CemDanv B f Signatuue Bradley Board, Attorney -in -Fact Name and Title Address: INSIURICA Insurance Services, LLC 500 W. 7th Street, Suite 1800 Telephone Number: 817-261-1101_4 Email Address: Brad .BoardnlNSUR1CA.com 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CrFY OF PORT WORTH WATEIR AND SANITARY SEWER REPLACEMENT CONTRACT. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019, WSM--L, PART] Revised December 8, 2023 CITY PROTECT NO. 103380 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY Hartford, Connecticut tcut06155 B ond.0 Iaims(cDthehartford.com call: 888-266-3488 orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA DFB INSURANCE SVCS LLC Agency Code: 4 6 - 5124 82 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C. Jones of FORT WORTH, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 6700-.R ry 'aa�.os ,�J` M1eY ia cor„` awry. 0T 9 lyT0 a4110�� *P IA 'r Ja • v JJ UaatS �r111fA• ��MIIrM Shelby Wiggins, Assistant Secretary STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE Joelle L. LaPierre, Assistant Vice President On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. ,•h. !•� J.�9 c A. f: 7j. , �O� Jessica Ciccone My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 251' day of February, 2026. trrty,� i �affu� ,�J NAeY as sow. �M'°'�^,•. ,yew, �V01• s} rev 19? a► r '��ynunf�` h•1M1►'. 19T0 y�lOT9 8y, 1919 • IRS rf.uN�1 erN•� �l.1 '•: r•`a� •`N �lup�s r4 �iuu►• `\ Keith D. Dozois, Assistant Vice President IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll -free telephone number for information or to make a complaint at: 1-800-451-6944 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) 490-1007 Web: www. tdi, texas. gov E-mail: Consumer Protection@tdi. texas. gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may; contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.—103380-1 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology....................................................................................................................... 1 1.01 Defined Terms.......................................................................................................................1 1.02 Terminology.................................................................................................................................................6 Article 2 — Preliminary Matters................................................................................................................. 7 2.01 Copies of Documents..................................................................................................................... 7 2.02 Commencement of Contract Time; Noticeto Proceed............................................................ 7 2.03 Starting the Work........................................................................................................................... 8 2.04 Before Starting Construction.......................................................................................................... 8 2.05 Preconstruction Conference................................................................................................... 8 2.06 Public Meeting................................................................................................................................ 8 2.07 Initial Acceptance of Schedules..................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse........................................................................8 3.01 Intent................................................................................................................................................ 8 3.02 Reference Standards........................................................................................................................9 3.03 Reporting and Resolving Discrepancies................................................................................. 9 3.04 Amending and Supplementing Contract Documents..................................................................10 3.05 Reuse of Documents..................................................................................................................... 10 3.06 Electronic Data....................................................................................................................11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points............................................................................................................ 11 4.01 Availability of Lands.................................................................................................................... 11 4.02 Subsurface and Physical Conditions......................................................................................................12 4.03 Differing Subsurface or Physical Conditions.......................................................................................12 4.04 Underground Facilities.................................................................................................................. 13 4.05 Reference Points........................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site................................................................................ 14 Article5 — Bonds and Insurance.............................................................................................................. 16 5.01 Licensed Sureties and Insurers.............................................................................................16 5.02 Performance, Payment, and Maintenance Bonds........................................................................ 16 5.03 Certificates of Insurance......................................................................................................16 5.04 Contractor's Insurance........................................................................................................18 5.05 Acceptance of Bonds and Insurance; Optionto Replace........................................................19 Article 6 — Contractor's Responsibilities...........................................................................................................19 6.01 Supervision and Superintendence................................................................................................ 19 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 6.02 Labor; Working Hours................................................................................................................. 20 6.03 Services, Materials, and Equipment............................................................................................. 20 6.04 Project Schedule........................................................................................................................... 21 6.05 Substitutes and "Or-Equals"......................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others................................................................24 6.07 Wage Rates......................................................................................................................... 25 6.08 Patent Fees and Royalties............................................................................................................. 26 6.09 Permits and Utilities..................................................................................................................................27 6.10 Laws and Regulations................................................................................................................... 27 6.11 Taxes.................................................................................................................................. 28 6.12 Use of Site and Other Areas.................................................................................................28 6.13 Record Documents....................................................................................................................... 29 6.14 Safety and Protection.................................................................................................................... 29 6.15 Safety Representative................................................................................................................... 30 6.16 Hazard Communication Programs........................................................................................ 30 6.17 Emergencies and/or Rectification................................................................................................. 30 6.18 Submittals................................................................................................................................................... 31 6.19 Continuing the Work.................................................................................................................... 32 6.20 Contractor's General Warrantyand Guarantee.................................................................... 32 6.21 Indemnification............................................................................................................................ 33 6.22 Delegation of Professional Design Services................................................................................34 6.23 Right to Audit............................................................................................................................... 34 6.24 Nondiscrimination.........................................................................................................................35 Article 7 - Other Work at the Site 7.01 Related Work at Site. 7.02 Coordination .............. 35 35 36 Article8 - City's Responsibilities.................................................................................................................................36 8.01 Communications to Contractor.................................................................................................... 36 8.02 Furnish Data........................................................................................................................36 8.03 Pay When Due..................................................................................................................... 36 8.04 Lands and Easements; Reports and Tests............................................................................. 36 8.05 Change Orders.................................................................................................................... 36 8.06 Inspections, Tests, and Approvals................................................................................................ 36 8.07 Limitations on City's Responsibilities.......................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition..............................................................................37 8.09 Compliance with Safety Program.........................................................................................37 Article 9 - City's Observation Status During Construction..............................................................................37 9.01 City's Project Manager....................................................................................................... 37 9.02 Visits to Site.................................................................................................................................. 37 9.03 Authorized Variations in Work.................................................................................................... 38 9.04 Rejecting Defective Work........................................................................................................... 38 9.05 Determinations for Work Performed....................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ...................... 38 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 Article 10 - Changes in the Work; Claims; Extra Work.................................................................................. 38 10.01 Authorized Changes in the Work................................................................................................ 38 10.02 Unauthorized Changes in the Work..............................................................................................39 10.03 Execution of Change Orders................................................................................................ 39 10.04 Extra Work....................................................................................................................................39 10.05 Notification to Surety.......................................................................................................... 39 10.06 Contract Claims Process...................................................................................................... 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 41 11.01 Cost of the Work...........................................................................................................................41 11.02 Allowances....................................................................................................................................43 11.03 Unit Price Work............................................................................................................................44 11.04 Plans Quantity Measurement............................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time.........................................................................46 12.01 Change of Contract Price..................................................................................................... 46 12.02 Change of Contract Time........................................................................................................................47 12.03 Delays............................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ....................... 48 13.01 Notice of Defects................................................................................................................ 48 13.02 Access to Work............................................................................................................................ 48 13.03 Tests and Inspections................................................................................................................... 48 13.04 Uncovering Work......................................................................................................................... 49 13.05 City May Stop the Work...............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................. 50 13.07 Correction Period................................................................................................................ 50 13.08 Acceptance of Defective Work....................................................................................................51 13.09 City May Correct Defective Work...............................................................................................51 Article 14 - Payments to Contractor and Completion...............................................................................................52 14.01 Schedule of Values........................................................................................................................ 52 14.02 Progress Payments.............................................................................................................. 52 14.03 Contractor's Warranty of Title...............................................................................................................54 14.04 Partial Utilization......................................................................................................................................55 14.05 Final Inspection............................................................................................................................. 55 14.06 Final Acceptance................................................................................................................. 55 14.07 Final Payment..................................................................................................................... 56 14.08 Final Completion Delayed and Partial Retainage Release.....................................................56 14.09 Waiver of Claims...................................................................................................................................... 57 Article 15 - Suspension of Work and Termination.......................................................................................... 57 15.01 City May Suspend Work...............................................................................................................57 15.02 City May Terminate for Cause............................................................................................. 58 15.03 City May Terminate For Convenience.........................................................................................60 Article 16 - Dispute Resolution.........................................................................................................................61 16.01 Methods and Procedures...................................................................................................... 61 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 Article 17 — Miscellaneous. 17.01 Giving Notice 62 62 17.02 Computation of Times.................................................................................................................. 62 17.03 Cumulative Remedies.................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................................ 63 17.05 Headings........................................................................................................................................ 63 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 2 of 63 12 Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Work s — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 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 or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition ofDrawings. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work tobe performed under the Contract Documents. 52 Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Work ing Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monda y thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work, and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 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 FinalInspection. 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: CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 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 ResolvingDiscrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing ContractDocuments A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in 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. R Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). R 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; CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and TimeAdjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2 the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2 the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated: 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2 If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2 other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. E If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorize d in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 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 Financia 1 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 17 of 63 2 The Contractor's general liability insurance shall include a, "per project" or "per location" , endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insure d, 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 line s 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 Fina I 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first - dollar basis, must be acceptable to and approved by the City. 12 City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. R 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds andlnsurance; 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; WorkingHours A Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at 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. 603 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as providedbelow. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or - equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. R Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete , which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. 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. E Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individua is or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individua is or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. R Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violate d 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provide d for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor 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. R. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provide d for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad CompanyPermits 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. R If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. hqp://www.window.state.tx.us/taxinfo/taxforms/93-fonns.htTnl 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. R Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work, 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. R 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. E 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. 615 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 32 of 63 R Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. R Contractor's warranty and guarantee hereunder excludes defects or damage causedby: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 00 72 00 -1 GENERAL CONDITION S Page 33 of63 2. normal wear and tear under normalusage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. R Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. R 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. R Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying isperformed. 6.24 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. R Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and R Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is perfornung 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 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. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph4.06. 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 ProjectManager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to 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. R City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 38 of63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for 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. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0LA, (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. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. R. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2 Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4 A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5 Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. C The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or inpart; 2 approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2 Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 43 of 63 h The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2 Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0I.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 45 of 63 2 If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. R If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of ContractPrice A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 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 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2- if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.0I.B; d the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such netdecrease. 12.02 Change of ContractTime 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate require d inspections or tests. R If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2 Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. E 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. R If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. R 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. R If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 51 of 63 C In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. ID 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. R 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reducedby Change Orders; d City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application forPayment: 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 finalpayment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitle d, 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2 Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 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 CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. R 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 62 of 63 I. 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 i£ 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 parry. 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. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of0bligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CIT Y OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRU CTIO N SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revision: 8/23/2021 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.l., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 19, 2025. Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 SC-4.01A.2, "Availability of Lands" 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 October 24, 2025: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT N/A N/A N/A The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. 1516-22-12, dated March 17, 2023, prepared by CMJ Engineering, a sub - consultant of Lockwood Andrews & Newnam, Inc., a consultant of the City, providing additional information on the subsurface conditions of the project area around Cantey Street, Cleburne Road, and Berry Street. A Geotechnical Report No. W231091, dated May 12 , 2023, prepared by Alpha Testing, a sub -consultant of Lockwood Andrews & Newnam, Inc., a consultant of the City, providing information on the subsurface conditions of the project area in and around Carter Park. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Lockwood Andrews & Newnam, Inc. (3) Other: Burlington North Santa Fe Railroad (4) Other: Fort Worth & Western Railroad (5) Other: Burlington Northern Santa Fe Railway 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: CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 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 Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by Fort Worth Western Railroad and Burlington North Santa Fe Railway. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 The Contractual Liability coverage required by Paragraph 5.041) 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: $10, 000, 000 (2) Each Occurrence: $5.0 00.000 X Required for this Contract Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 — Wage Rates CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 A copy of the table is also available by accessing the City's website at: https://app-us3.e- builder.net/auth/www/index.aspx?RetumUrl=%2fda2%2fDocuments%2fexplorer.aspx%3 fPortalID%3 d%2 57bb28c8bbe-d06d-43fd-898d-cd03 59d9298P/o257d&PortalID=%7bb28c8bbe-d06d-43fd-898d- cd0359d9298I%7d You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Storm Water Pollution Prevention Plan 2. 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: 3. None 4. None 5. None 6. Pipeline Crossing Permit to Burlington North Santa Fe Railway and Fort Worth & Western Railroad SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 19, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None None None SC 6.''—o �4B"Title3,11tights Act of 164 as amended" !errzr�: rrss!rresrr�rsYe�!!rfa�e::rs: eee�e!rsrs�s�s!�� ;-; . . ON seheita4ions either by eampetitive bidding of negetiation made by the eafAfaeter- for- wedE to be CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 national origin. �._ .. .. .. ._.. M-1 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Kimley Horn and Associates Underground Utilities Work for Water Department CITY SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Jaikson Jacob, or his/her successor pursuant to written notification from the Director of the Water Department. CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Page 7 of 7 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. Magaha SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.-103380 Revised March 9, 2020 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 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 REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 25 00 - 4 SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance, and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Rej ected Date CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 0131 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 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 Work 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 REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised September 1, 2025 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 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. Final Acceptance hh. Final Payment ii. Questions or Comments CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised September 1, 2025 0131 19 - 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] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/1/2025 M Owen Deleted Section 1.4 B.5..hh, due to new Small Business Ordinance CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENTS CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised September 1, 2025 SECTION 013120 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems. B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity eachrepresents. 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 After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting, and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite, or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] L&MIXG f. roj [13►1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement andPayment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedulewill 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issuean 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 not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfilltheir 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and onlyafter 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 01 3216.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope ofwork 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 shown below. • Baseline Schedule File Name Format: City Project Number Project Name_Baseline Example: 101376 H North Montgomery Street MAC Baseline • Progress Schedule File Name Format: City Project Number Project Name _YYYY-MM Example: 101376 North Montgomery Street HMAC 2018 01 • Project Schedule Progress Narrative FileName Format: City Project Number _ProjectName_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 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 eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 4 Christmas). The Contractor will establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis forthe 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.Hbelow. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of thework. 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 this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE 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 Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by theProgram Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved ChangeOrder. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until acceptedby the City. K City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 013216-7 CONSTRUCTION PROGRESS SCHEDULE 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 Page 7 of 10 Activity ID Activity Name Design 3020 Award Design Agreement 3040 IssueNotice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1(required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (ifrequired) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 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 alignment of 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 WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 orMS Project for scheduling purposes, the schedule information must be submitted in.xls or .xlsx format in compliance with the sample layout (See Specification 01 3216.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial schedule 18 to determine alignment with the City's Master Project Schedule, including format & 19 WBS structure. Following the City's review, feedback is provided to the Contractor 20 for their use in finalizing their initial schedule and issuing (within five workdays)their 21 Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by the 25 last day of each month throughout the life of their work on the project. The Progress 26 Schedule is submitted in electronic form as noted above, in the City's document 27 management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within S workdays, following 34 the submittal process noted above. The City's Project Manager and Project Control 35 Specialist review the Contractor's progress schedule for acceptance and to monitor 36 performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similarprojects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 0132 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. CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.—103380 Revised August 13, 2021 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample, or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data, or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. S. 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 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 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 £ Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) M asurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and 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. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. 1. Coordination within Railroad Permit Areas CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture, and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 1 2 Date: EXHIBIT B FORT WORTH: DOE NO. XXXX Project Name: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INITERRUPTION 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. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 3 -- 4 CONTRACTOR CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 11, 2022 014523 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 9, 2020 014523 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] 1W64L+.M11\., CIT.11►Y 10MI &IM D117 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 101►1 ZI] OM X11 I C17e1 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat, and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACR 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection, and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACR 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACR 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACR 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement andPayment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 7113. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) canbe used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit isrequired. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 7113. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Divisionto 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City'swebsite. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TYR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 0157 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 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS INOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide freestanding Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 0158 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants, and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely, and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets, or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Page 1 of 4 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This item is considered subsidiary to the various Items bid. 31 b. Payment 32 The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1.1.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Paget of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - 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 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised February 14, 2018 01 71 23 - 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 Survey - 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 Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice 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 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 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 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — AttachmentA — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 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 notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater —Not Applicable CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY 16V1440 9 Z1T11il0 V 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 Shapefle (.shp) CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks and shall include feature descriptions. PART 3 - EXECUTION 3.1 INSTALLERS A.Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone, and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover, and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections, and other pertinent data shall be logged for future reference. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 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 shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. — 103380 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2A OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. — 103380 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety, or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris, and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers, and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. — 103380 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. — 103380 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out acontract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement andPayment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 017719-2 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 USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction ofthe 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City'swritten 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice, the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limitedto: 29 a. Specified spareparts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Lightbulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report (ifrequired) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letterof 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to " Clearing ROW" CITY OF FORT WORT H WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.-103380 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 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 for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine, and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS ]NOT USED] 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 job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases, on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the 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 REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 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 Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2019, WSM-L, PART 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 103380 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands —Not applicable on this project. All proposed work is within City of Fort Worth right-of-way or property. GC-4.02-A Geotechnical Report GC-4.02-B Street Cores GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site —Not applicable. No hazardous environmental conditions exist in the project area. GC-6.O6.13 Small Business Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination —None GR-01 60 00 Product Requirements CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 GC-4.02-A Geotechnical Report THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 J March 17, 2023 Report No. 1516-22-12 Lockwood, Andrews & Newnam, Inc. 1320 South University Drive University Centre II, Suite 450 Fort Worth, Texas 76107 Attn: Ms. Reyna O. Johnson, P.E. GEOTECHNICAL ENGINEERING STUDY WATER MAIN REPLACEMENT LIVINGSTON AVENUE, CLEBURNE ROAD, AND CANTEY STREET FORT WORTH, TEXAS Dear Ms. Johnson: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal Nos. 21-8164 dated June 22, 2021 and 22-8613 (Revised) dated September 27, 2022. The geotechnical services were authorized via Subconsultant Agreement with Lockwood, Andrews & Newnam, Inc., Project Number 130-11033- 000, executed by Mr. Justin C. Reeves, P.E. on March 17, 2022. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Lockwood, Andrews & Newnam, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 Matthew W. Kammerdiener, P.E. Project Engineer Texas No. 127818 OF TF:rq tl ®....:.......................'....� /MATfHEW W. KAMMERDIENER% °r 127818 r '•. - e copies submitted: (2) Ms. Reyna Johnson, P.E.; Lockwood, Andrews & Newnam, Inc. (mail and email) CMJ Engineering p: 817.284.9400 f: 817.589,9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmiengr.com TABLE OF CONTENTS Paqe 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 1.1 General------------------------------------------------------------------------------------------------------------- 1 1.2 Purpose and Scope--------------------------------------------------------------------------------------------- 1 1.3 Report Format---------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 2.1 Field Exploration------------------------------------------------------------------------------------------------- 2 2.2 Laboratory Testing----------------------------------------------------------------------------------------------- 3 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 3 3.1 Site Geology------------------------------------------------------------------------------------------------------ 3 3.2 Soil Conditions--------------------------------------------------------------------------------------------------- 4 3.3 Ground -water Observations----------------------------------------------------------------------------------- 5 4.0 TRENCH / BORE EXCAVATIONS--------------------------------------------------------------------------------- 5 4.1 Expected Subsurface Conditions---------------------------------------------------------------------------- 5 4.2 Open Excavation Considerations---------------------------------------------------------------------------- 5 4.3 Comments on Horizontal Bores------------------------------------------------------------------------------ 6 4.4 Trench / Bore Pit Dewatering--------------------------------------------------------------------------------- 6 4.5 Pipe Installation Bedding--------------------------------------------------------------------------------------- 7 4.6 Trench Backfill---------------------------------------------------------------------------------------------------- 7 4.7 Trench Backfill Settlement------------------------------------------------------------------------------------- 8 4.8 Provisions to Reduce Backfill Settlement------------------------------------------------------------------ 8 5.0 GENERAL EARTHWORK -------------------------------------------------------------------------------------------- 9 5.1 Site Preparation & Field Testing----------------------------------------------------------------------------- 9 5.2 Excavation -------------------------------------------------------------------------------------------------------- 10 5.3 Soil Corrosion Potential---------------------------------------------------------------------------------------10 5.4 Erosion and Sediment Control ------------------------------------------------------------------------------- 11 6.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------11 7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------11 APPENDIX A Plate Planof Borings---------------------------------------------------------------------------------------------------- AAA - A.1 B Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols-------------------------------------------------------------------------------------- A.3 Logsof Borings------------------------------------------------------------------------------------------------------ A.4 - A.9 Grain Size Distribution Report --------------------------------------------------------------------------------- A. 10 - A.11 Analytical Test Results--------------------------------------------------------------------------------------------------- A.12 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of approximately 5,000 linear feet of 24- and 30-inch diameter water main replacement along Livingston Avenue from Biddison Street to Cleburne Road and along Cleburne Road from Livingston Avenue to Cantey Street. Plates A.1A and A.1B, Plan of Borings, depicts the project vicinity and locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop comments on general excavation, provide recommendations for pipe installation, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structures could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 1516-22-12 CMJ ENGINEERING, INC. 0 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by six (6) vertical soil borings. Borings B-2 through B-6 were drilled to a depth of 10 feet along the proposed alignment. Boring B-1 was drilled to a depth of 20 feet at the southern end of the proposed alignment. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1 B. The boring logs are included on Plates A.4 through A.9 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is Report No. 1516-22-12 CM1 ENGINEERING, INC. 2 tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground -water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping or with asphalt as applicable. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits, and particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Particle size (sieve and hydrometer) analyses are provided on Plates A.10 and A.11. Analytical tests to aid in evaluation of corrosive potential of the on -site soils were performed on selected samples recovered from the borings. The results of the analytical testing are tabulated on Plate A.12. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of Texas, the project site is geologically located in an undivided mapping unit which includes the Pawpaw, Weno, and Denton Clay formations of the Lower Cretaceous age. formations. The Pawpaw formation is approximately 20 feet thick and is composed primarily of shaly clays with occasional thin sandy limestone layers. The Weno Formation is approximately 70 feet thick and is composed of interbedded clays, shales, marls, and limestones. The Pawpaw Weno Denton formation typically weathers to form residual deposits of moderately to highly active plastic clay. Report No. 1516-22-12 3 CM1 ENGINEERING, INC. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Asphalt paving is present at the surface in Borings B-1 through B-5 with thicknesses of 1'/2 to 5 inches. The asphalt paving was underlain by 5 to 7 inches of concrete in Borings B-3 through B-5 and 9 inches of crushed rock base material in Boring B-2. Existing fills were present below the paving in Borings B-1 and B-2 and at the surface in Boring B-6 extending to depths of 1 to 3 feet. The fills consist of dark brown, brown, light brown, and tan silty clays and clays. Natural soils encountered consist of dark brown, brown, light brown, light reddish brown, and gray clays and silty clays. The various clayey soils often contain ironstone nodules and calcareous nodules, and occasionally contain iron stains, ironstone seams, calcareous deposits, pebbles, gravel, limestone fragments, and asphalt fragments. The various soils encountered in the borings had tested Liquid Limits (LL) of 38 to 77 with Plasticity Indices (PI) of 21 to 54 and are classified as CL and CH according to the USCS. The various clayey soils were generally stiff to hard (soil basis) in consistency with pocket penetrometer readings of 1.5 to over 4.5 tsf. Tested unit weight values ranged from 85 to 114 pcf and tested unconfined compressive strength values were 1,640 to 5,890 psf. Tan limestone is next present in Borings B-1 and B-6 at depths of 1 to 7 feet. The tan limestone contains clay seams and layers and occurs fractured in Boring B-6 above a depth of 8 feet. The tan limestone is considered moderately hard (rock basis), with Texas Cone Penetrometer (THD) values of 2% to 4 inches per 100 hammer blows. Gray shale containing limestone seams is next present in Boring B-1 at a depth of 12 feet and continues through boring termination at a depth of 20 feet. The gray shale is considered moderately hard to hard (rock basis), with THD test values ranging from 1'/4 to 2'/4 inches per 100 blows. Report No. 1516-22-12 4 CM1 ENGINEERING, INC. 3.3 Ground -water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling operations. All borings were dry at completion of drilling operations. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Perched ground -water can occur through more permeable zones or occur atop/within the limestone and should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in ground -water and due to the unpredictable nature of ground -water paths. Therefore, it is necessary during construction for the contractor to be observant for ground -water seepage in excavations in order to assess the situation and take appropriate action. 4.0 TRENCH / BORE EXCAVATIONS 4.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the overburden clayey soils. Heavy duty excavation equipment will be necessary within the limestone and shale material, depending on rock hardness. In addition, overexcavation should be anticipated within the limestones and shales. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. Although not encountered in the exploration borings, where sandier, more granular materials may in selected locations (e.g. near creeks), some caving may occur due to the low to non -plastic nature of these materials. 4.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the Report No. 1516-22-12 CM1 ENGINEERING, INC. 5 various clays, it is expected that near vertical excavation walls will be possible. In the case that excavations occur through soft clays, granular soils, non -compacted fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Any replacement pavement structure (asphalt, concrete, base course material or stabilized subgrade) should extend a minimum of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.3 Comments on Horizontal Bores Borings B-1 and B-6 encountered limestone and shale materials below depths of 1 to 7 feet. Any tunnel bores extending into this limestone and shale strata will be encountering moderately hard to hard (sedimentary rock basis) and intact rock. Although the upper soils appear amenable to tunnel boring activities, the limestone strata will likely require special tools to remove/excavate/drill through due to their hardness and abrasiveness. Installation by pipe jacking is likely not feasible in these materials, given the predominate presence of the limestone and shale. 4.4 Trench / Bore Pit Dewatering Although ground -water seepage was not encountered in the borings, ground -water conditions can vary with seasonal fluctuations in rainfall. Controlling encountered ground -water is essential to construction of the water line. Failure to control any encountered ground -water could result in Report No. 1516-22-12 CM1 ENGINEERING, INC. 6 trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement, and pipe deflections after backfilling. Ground -water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.5 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1'/2 inches to No. 10 sieve size such as ASTM C33 No. 57 or 67 stone. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 4.6 Trench Backfill Pipe embedment should be a coarse -grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 12 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Significant processing of the on -site limestone will be required in order to utilize as backfill. Backfill should be compacted in maximum Report No. 1516-22-12 CM1 ENGINEERING, INC. 7 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. 4.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 4.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. Report No. 1516-22-12 8 CM1 ENGINEERING, INC. 5.0 GENERAL EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Fill material should be compacted to at least 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnical working in conjunction Report No. 1516-22-12 CM1 ENGINEERING, INC. 0 with the project geotechnical engineer. Field testing is a critical element in controlling the compaction of fill to limit settlement. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.3 Soil Corrosion Potential Various analytical laboratory tests were performed on selected soil samples. These tests include ammonia, soluble sulfide, chloride, sulfates, pH, and electrical resistivity. The tests indicate that the subsurface soils vary from mildly to highly corrosive to buried ductile iron, cast iron, steel and galvanized pipe and mildly to highly corrosive to buried concrete. The results of these tests are attached on Plate A.12. Standard construction practices for protecting buried pipes and similar facilities in contact with these soils should be used. Report No. 1516-22-12 CM1 ENGINEERING, INC. 10 5.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both Report No. 1516-22-12 CMJ ENGINEERING, INC. Is factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Report No. 1516-22-12 12 CM1 ENGINEERING, INC. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Lockwood, Andrews & Newnam, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 1516-22-12 13 CMJ ENGINEERING, INC. G WEST DEVITT STREET LU CD W 1- .�. A. ..J ..j� ORANGE AVENUE [I R� END: WSOURCEiOOGLE EARTH, 2022; IMAGERY DATE: 10/2021 VIM., WEST LOWDEN STREET • e i WEST BOWIE STREET Q �, r Q: 0 3 i. fi W Q y W Z Q �B 3 J Z Q i- �.. 0 LEGEND: U Q o CO) .; -,_ - - WESTBERRYSTREET . Boring Location 0 150 390FEET Z J APPROXIMATE SCALE. u Major Divisions Typical Names Laboratory Classification Criteria Gym. 21 Well -graded gravels, gravel- �, D D z c GW sand mixtures, little Or no N C.= -60- greater than 4: Cr=-----3— ----- between 1 and 3 w c>p o fines o D10 D10 X D60 � L o U o U) E .N coa°i Poorly graded gravels, gravel CU N `- a v = GP sand mixtures, little or no cn U) U) Not meeting all gradation requirements for GW U) ° > `� > �6 rn d fines o= U CU m M 0 o o CD° C7 o z o Silty gravels, gravel -sand -silt .L N �? Liquid and Plastic limits "A" Liquid and plastic limits N c mixtures Z line or P.I. plotting in hatched zone o z � � c .N greater than 4 between 4 and 7 are Liquid and Plastic limits q c .� `� o m N N o (0 borderline cases �' o > ° 2 a GC Clayey gravels, gravel -sand- U5 N ° c a� above "A" line with P.I. requiring use of dual a, g Q clay mixtures CU Z c 0) '� greater than 7 symbols co U) m p� _ a� •FU L °' Well -graded sands, gravelly O L O - : ro D60 (Dso>2 a; o ° E c c � SW sands, little or no fines > C = ----- greater than 6: C�=-------------- between 1 and 3 ° D10 D10 X Dso U cn Cn c 0)o N a`°i aoi m m Poorly graded sands; L U = SP gravelly sands, little or no ac): a.) Not meeting all gradation requirements for SW a)N U) a)fines 0 L � Q c Liquid and Plastic limits m o o u7 0) m ° ° z " �, : 0 SM Silty sands, sand -silt m � 3 c,4 below "A" line or P.I. less Liquid and plastic limits ir.c co mixtures P Q o o o than 4 plotting between 4 and 7 CU w 3 o° J LO are borderline cases Liquid and Plastic limits '� 0' -0 requiring use of dual 2_0 0 SC Clayey sands, sand -clay E .� c E above "A" line with P.I. symbols y Q Q mixtures a� Q N 2 m greater than 7 U Inorganic silts and very fine sands, sands, rock flour, silty or LO MIL fine sands, or clayey silts with slight plasticity > L) Inorganic clays of low to L (n -a a) CL medium plasticity, gravelly o � . clays, sandy clays, silty s = clays, and lean clays ° Z Fn a CH v OL Organic silts and organic silty 4 X �, -- clays of low plasticity o m U) F T 30 :N (n o Inorganic silts, micaceous or F ` LO MH diatomaceous fine sandy or OH ar d MH ddi = M silty soils, elastic silts a •P m m 20 ii � CL o CH Inorganic clays of high 1 5-0) plasticity, fat clays E C -ML 4 ML aid OL v Organic clays of medium to 0 � OH high plasticity, organic silts o 10 zo 30 ao 60 so 70 so so 100 Liquid Limit Co .� Pt Peat and other highly organic PlasticityChart O o soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES 00 0 o 0 0 GRAVEL LEAN CLAY LIMESTONE • •• SAND • ••• SANDY — SHALE • •% • SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsF,, Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. 1516-22-12 Boring No. B-1 Project Water Main Replacement Fort Worth, Texas Location See Plate A.1 Water Observations Dry during drilling; dry at completion Completion Depth 20U- Completion Date 1-18-23 U- Q o 75 9 E d E Surface Elevation Type CME-55, w/CFA o U W W o 0 C'J Of O C �0 �: O N V! mdH CD CD N O o •N m N (6 .� a.U) o -o _ 7 ._ E JJ o - V; "= (6 E a.J - x to N N 'O a. c rn C E O O 20 l.L pU Vl C =J CLL -O .N p' o a� U E 7 C O O �Ud Stratum Description 5 10 20 ASPHALT, 5 inches thick 3.25 38 17 21 12 SILTY CLAY, light brown and brown, w/ calcareous deposits, gravel, asphalt fragments, occasional calcareous nodules, ironstone nodules, and pebbles, very stiff (FILL) LIMESTONE tan, w/ clay seams and layers, moderately hard 00/2.25' 100/3" — —_ -- -- -- SHALE gray, w/ limestone seams, moderately hard to hard — — — — — — — — — — — — — — — — — — — — — — — 00/2.25' 00/ 1.25' LOG OF BORING NO. B-1 PLATE A.4 Project No. Project Boring No. 9 Project � Water Main Replacement 1516-22-12 B-2 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 1-18-23 Surface Elevation Type CME-55, w/CFA LL � T m Q t� o o N C L.L i? a) o U) Stratum Description 0'C � �o o o LL N y n (n _ 2 o o N w 0 C1 o o C/? maw co .� aU a E JJ co E co -6 o o C: D—J o 0 DUd ASPHALT, 3.5 inches thick CRUSHED STONE BASE 9 inches thick 2.5 91 65 20 45 23 CLAY, dark brown, brown, and tan, w/ calcareous 4.5+ 19 107 4480 deposits, gravel, and occasional ironstone nodules, calcareous nodules, and asphalt fragments, stiff to 4.5+ 20 5 hard (FILL) SILTY CLAY light brown, light reddish brown, and 4.5+ 97 49 18 31 18 114 4710 gray, w/ occasional limestone fragments, ironstone nodules, calcareous nodules, and gravel, hard 4.5+ 14 10 ----------------------- LOG OF BORING NO. B-2 PLATE A.5 Project No. Project Boring No. 9 Project � Water Main Replacement 1516-22-12 B-3 Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 1-18-23 Surface Elevation Type CME-55, w/CFA LL � T m Q t� o o N C L.L Q a) o U) Stratum Description 0'C � �o o o LL N y n (n _ 2 o o N w 0 C1 o o C/? maw co .� aU a E JJ co E co -6 o o C: D—J o 0 DUd ASPHALT, 5 inches thick CONCRETE 5 inches thick 3.0 85 70 21 49 24 CLAY, dark brown, w/ iron stains and occasional 3.5 24 calcareous nodules, ironstone nodules, and pebbles, very stiff SILTY CLAY light brown and light reddish brown, 4.5+ 19 113 5890 5 w/ calcareous deposits, pebbles, iron stains, and 3.0 85 38 16 22 17 occasional ironstone nodules, very stiff to hard 3.75 16 10 ----------------------- LOG OF BORING NO. B-3 PLATE A.6 Project No. Project 1516-22-12 Boring No. 9 B-4 Project � Water Main Replacement Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 1-18-23 Surface Elevation Type CME-55, w/CFA Stratum Description LL � 1? a) o T m Q U) o U w o o C1 Q� t� 0'C CU �,� 3 cLL o C/? maw o o N 0)o _ N> co .� aU o_ �__ '5:— a E JJ =�- 1'n'= co E .� .N 0 co -6 o .N c o o 20 LL o� - �; C: D_J C L.L N y n (n 2 N Q� ° E c o 0 DUd ASPHALT, 1.5 inches thick CONCRETE 6 inches thick 1.5 68 19 49 35 CLAY, dark brown and brown, w/ iron stains and 1.5 36 85 1640 occasional calcareous nodules, ironstone nodules, 5 and pebbles, stiff 1.75 1 1 33 2.25 27 -grades light reddish brown w/ ironstone seams 2.25 95 55 20 35 24 105 3040 below 8' 10 ----------------------- LOG OF BORING NO. B-4 PLATE A.7 Project No. Project 1516-22-12 Boring No. 9 B-5 Project � Water Main Replacement Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 1-18-23 Surface Elevation Type CME-55, w/CFA Stratum Description LL � Q a) o T m Q U) o w o C1 Q� t� 0'C0 CU �,� o C/? maw o o N 0)o _ co .� aU o_ 0__ a E JJ =.- co E .- 0� co -6 o o o 20 LL oin C: D_J C L.L N y n (n 2 N Q� o 0 DUd ASPHALT, 4.25inchesthick CONCRETE7 inches thick 4.5+ 29 CLAY, dark brown, w/ iron stains, pebbles, and 3.75 78 67 22 45 25 occasional ironstone nodules, and calcareous 5 I nodules, very stiff to hard2 -grades brown, stiff below 4'SILTY 5 30 92 3630 CLAY light reddish brown and light brown, 3.25 23 w/ calcareous deposits, occasional ironstone nodules, calcareous nodules, and pebbles, very stiff 3.0 41 16 25 17 114 2860 10----------------------- LOG OF BORING NO. B-5 PLATE A.8 Project No. Project 1516-22-12 Boring No. 9 B-6 Project � Water Main Replacement Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 1-18-23 Surface Elevation Type CME-55, w/CFA Stratum Description LL � Q a) o T m Q U) o w o C1 Q� t� 0'C0 CU �,� o a� C/? maw o o N 0)o _ co .� aU o_ 0__ a E JJ =.- co E .- 0� co -6 o o o 20 LL oin � �' D_J C L.L N y n (n 2 N Q� o 0 DUa CLAY, dark brown, w/ iron stains and occasional 4.25 24 97 4480 asphalt fragments, ironstone nodules, calcareous nodules, and gravel, very stiff (FILL) 3.5 77 23 54 27 CLAY, dark brown, w/ occasional iron stains, 5 ironstone and calcareous nodules, and pebbles, stiff to very stiff 2.25 1 1 27 -grades light reddish brown below 6' 3.75 51 17 34 18 111 4280 LIMESTONE tan, w/ clay seams and layers -occurs fractured above 8' 100/4" LOG OF BORING NO. B-6 PLATE A.9 Particle Size Distribution Report _ o00 C C C C C C pp N M 'cF (O N (D CO N h # # # # # # # # # 100 I I I I I IA I I I I 90 I I I I I I I I I I I s0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 7o I I I I I I I I I I I I I I I I I I I I I I I I I I I I W 60 Z I I I I I I I I I I I I I I Z 50 I I I I I I I I I I I I I I v LLI a 40 I I I I I I I I I I I I I I 30 I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I 0 I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel %Sand % Fines +3" Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 0.5 2.6 6.2 6.0 32.6 52.1 LL PL I D85 DRO D50 D30 D15 D10 C C11 0 38 16 0.0800 0.0071 0.0046 Material Description USCS AASHTO 0 CL A-6(18) Project No. 1516-22-12 Client: Lockwood Andrews & Newman Remarks: Project: 30-Inch WM Replace -Livingston Ave & Cleburne Rd-FW, TX o Depth: 6-8 Sample Number: B-3 CMJ ENGINEERING, INC.. Fort Worth Texas PLATE A. 10 Particle Size Distribution Report C C C\ C C.S. N M V (D N (D M N m M # # # # # # # # # 100 I I I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I I I I I I I l l l f 7o I I I I I I I I I I I I I I I I I I I I I I I I I I I I W 60 Z I I I I I I LL I I I I I I I I I I I I I I z 50 I I I I I I I v LLl 40 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I 0 I I I I I I I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 01 0.0 0.0 3.4 5.0 6.6 6.6 28.3 50.1 LL PL Dqfi D50 D15 DIO C C 0 67 22 0.4250 0.0136 0.0049 Material Description USCS AASHTO 0 CH A-7-6(36) Project No. 1516-22-12 Client: Lockwood Andrews & Newman Remarks: Project: 30-Inch WM Replace -Livingston Ave & Cleburne Rd-FW, TX o Depth: 2-4 Sample Number: B-5 CMJ ENGINEERING, INC. Fort Worth Texas PLATE A.11 ANALYTICAL TEST RESULTS Project: Water Main Replacement Livingston Avenue, Cleburne Road, And Cantey Street Fort Worth, Texas Project No.: 1516-21-12 Boring Depth Chloride Soluble Resistivity No. (ft.) (mg/kg) Sulfate pH (ohm -cm) B-2 4-6 58.4 336 9.0 2,380 B-3 2-4 <2.4 36.4 8.4 9,620 B-4 4-6 3.4 13.2 8.4 4,750 B-5 6-8 6.9 68.0 8.2 4,140 B-6 4-6 87.6 2,400 8.5 950 CMJ ENGINEERING, INC. PLATE A.12 GC-4.02-B Street Cores THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 Rone Engineering Services, Ltd. Project: Coring for W & SS Replace Contract 2019 WSM - L Material Testing CPN: 103380 PO-FW020-0000010198 F I D : 56002-0700430-5330500-103380-001730-9999 Rone Project No.: 2328092 Rone Report No.: 14415186 — 14415187 — 14415188 - 14415189 Date of Service: 10/9/2023 — 10/10/2023 — 10/11/2023 — 10/12/2023 Report Date: 10/28/2023 Depth Checks — Coring On this date a representative of Rone Engineering Services, Ltd. arrived onsite, as scheduled, to perform Core Depth Checks. Please See Below for Locations and Results: 2800 W Cantey St. Hole # C - 1 Location: 2800 W Cantey St. 3.25" Asphalt 5.75" Concrete Paving — Compressive Strength test = 3900 PSI 9" — 16" Light Brown Tan Fat Clay - Atterberg Limits: LL=34, PL=15, PI=19 2737 Parmer Ave. Hole # C - 2 Location: 2737 Parmer Ave. 2.75" Asphalt 7" Concrete Paving — Compressive Strength test = 5696 PSI 9.75" — 13" Light Brown Fat Clay/Organics - Atterberg Limits: LL=42, PL=15, PI=27 13" — 16" Dark Brown Fat Clay w/LSF - Atterberg Limits: LL=45, PL=17, PI=28 50' West of Merida Ave. on W Cantey St. Hole #C - 3 Location: 50' West of Merida Ave. on W Cantey St. 3" Asphalt 3" — 16" Brown Fat Clay w/gravel - Atterberg Limits: LL=32, PL=17, PI=15 50' West of McCart Ave. Hole #C - 4 Location: 50' West of McCart Ave. 2" Asphalt 2" — 12" Red Brown Sandy Clay - Atterberg Limits: LL=49, PL=33, PI=16 12" — 16" Brown Sandy Clay w/gravel - Atterberg Limits: LL=25, PL=13, PI=12 50' West of Wayside Ave. Hole #C - 5 Location: 50' West of Wayside Ave. 3" Asphalt 3" — 12" Light Brown Clay - Atterberg Limits: LL=38, PL=20, PI=18 12" — 16" Dark Brown Sandy Clay w/gravel - Atterberg Limits: LL=31, PL=13, PI=18 50' West of Townsend Dr. on W Cantey St. Hole #C - 6 Location: 50' West of Townsend Dr. on W Cantey St. 2.5" Asphalt 2.5" — 16" Brown Sandy Clay/Lime/Gravel - Atterberg Limits: LL=33, PL=24, PI=8 50' West of Livingston Ave. Hole #C - 7 Location: 50' West of Livingston Ave. 2" Asphalt 2" — 10" Brown Sandy Clay w/gravel - Atterberg Limits: LL=30, PL=24, PI=6 10" — 16" Light Brown Tan Clay - Atterberg Limits: LL=35, PL=18, PI=17 20' East of Stanley Ave. Hole #C - 8 Location: 20' East of Stanley Ave. 8" Concrete Paving — Damaged 8" — 12" Dark Brown Sandy Clay - Atterberg Limits: LL=62, PL=34, PI=28 12" — 16" Dark Brown Fat Clay - Atterberg Limits: LL=63, PL=24, PI=39 50' West of 81h St. Hole #C - 9 Location: 50' West of 8th St. 7.5" Concrete Paving — Compressive Strength test = 6180 PSI 7.5" — 16" Dark Brown Sandy Clay/Lime - Atterberg Limits: LL=47, PL=33, PI=14 300' South of W Cantey Rd. on Cleburne St. Hole #C - 10 Location: 300' South of W Cantey Rd. on Cleburne St. 2.25" Asphalt 6.25" Concrete Paving — Compressive Strength test = 6452 PSI 8.5" — 12" Red Brown Sandy Clay w/gravel - Atterberg Limits: LL=24, PL=11, PI=13 12" — 16" Dark Brown Clay w/gravel - Atterberg Limits: LL=47, PL=19, PI=28 50' South of W Lowden St. on Cleburne Rd. Hole #C - 11 Location: 50' South of W Lowden St. on Cleburne Rd. 2" Asphalt 6.5" Concrete Paving - Compressive Strength test = 5793 PSI 8.5" - 12" Red Brown Sandy Clay w/gravel - Atterberg Limits: LL=24, PL=11, PI=13 12" - 16" Dark Brown Clay - Atterberg Limits: LL=53, PL=21, PI=32 Hole #C - 12 outside project limits Location: 3517 Livingston Ave. 13.5" Concrete Paving - Compressive Streng = 4510 PSI 13.5" - 15" Brown Sandy Clay w/Lime - Atterberg Limits: LL- L=28, PI=17 15" - 16" Gray Olive Fat Clay - Atterberg Limits: LL=58, PL=19, PI=39 3601 Livingston Ave. Hole #C - 13 Location: 3601 Livingston Ave. 6.5" Concrete Paving - Compressive Strength test = 7324 PSI 6.5" - 16" Light Brown Sandy Clay/Lime/Gravel - Atterberg Limits: LL=41, PL=31, PI=10 3709 Livingston Ave. Hole #C - 14 Location: 3709 Livingston Ave. 6" Asphalt 8" Concrete Paving - Compressive Strength test = 7483 PSI 14" - 16" Brown Sandy Clay w/LSF - Atterberg Limits: LL=60, PL=21, PI=39 Stanley & Cleburne Rd. Hole #C - 15 Location: Stanley & Cleburne Rd. 2.75" Asphalt 7" Concrete Paving — Compressive Strength test = 3691 PSI 9.75" — 12" Brown Light Brown Sandy Clay w/gravel - Atterberg Limits: LL=26, PL=14, PI=12 12" — 16" Dark Brown Clay - Atterberg Limits: LL=45, PL=17, PI=28 James Ave. & Cleburne Rd. Hole #C - 16 Location: James Ave. & Cleburne Rd. 3" Asphalt 7" Concrete Paving — Compressive Strength test = 4665 PSI 10" — 14" Light Brown Tan Sandy Clay w/Lime - Atterberg Limits: LL=25, PL=12, PI=13 14" — 16" Dark Brown Fat Clay - Atterberg Limits: LL=55, PL=22, PI=33 2814 Lubbock Ave. Hole #C - 17 Location: 2814 Lubbock Ave. 2.5" Asphalt 7" Concrete Paving — Compressive Strength test = 4207 PSI 9.5" — 16" Brown Sandy Clay w/gravel/organics - Atterberg Limits: LL=47, PL=20, PI=27 80' West of Merida Ave. on W Cantey St. Hole #C - 18 Location: 80' West of Merida Ave. on W Cantey St. 3" Asphalt 3" — 16" Brown Sandy Clay w/gravel - Atterberg Limits: LL=31, PL=16, PI=15 50' South of W Cantey St. on McCart Ave. Hole #C - 19 Location: 50' South of W Cantey St. on McCart Ave. 4.5" Asphalt 4.5" — 10" Brown Sandy Clay w/gravel - Atterberg Limits: LL=21, PL=14, PI=7 10" — 16" Light Brown Gray Clay - Atterberg Limits: LL=27, PL=13, PI=14 120' N of W Berry & Livingston Ave. Hole #C - 20 Location: 120' N of W Berry & Livingston Ave. 4" Asphalt 8" Concrete Paving — Compressive Strength test = 4042 PSI 12" — 16" Gray Sandy Clay w/gravel - Atterberg Limits: LL=28, PL=15, PI=13 1813 W Berry St. Hole #C - 21 Location: 1813 W Berry St. 6.75" Concrete Paving — Compressive Strength test = 4350 PSI 6.75" — 12" Dark Brown Sandy Clay w/Lime - Atterberg Limits: LL=52, PL=44, PI=9 12" — 16" Dark Brown Fat Clay - Atterberg Limits: LL=61, PL=23, PI=38 2908 5' Ave. Hole #C - 22 Location: 2908 5' Ave. 2.5" Asphalt 5" Concrete Paving — Compressive Strength test = 4610 PSI 7.5" — 16" Tan Sandy Clay w/LSF - Atterberg Limits: LL=30, PL=15, PI=15 nnnn r_th A. — Hole #C - 23 Location: 3008 51h Ave. 3" Asphalt 6.5" Concrete Paving - Compressive Strength test = 5005 PSI 9.5" - 12" Brown Sandy Clay w/gravel - Atterberg Limits: LL=50, PL=19, PI=32 12" - 16" Tan Sandy Clay w/gravel - Atterberg Limits: LL=40, PL=16, PI=24 3012 6th Ave. Hole #C - 24 Location: 3012 6th Ave. 2.5" Asphalt 5.25" Concrete Paving - Compressive Strength test = 5999 PSI 7.75" - 16" Brown Clay - Atterberg Limits: LL=49, PL=20, PI=29 2900 W Lowden St. Hole #C - 25 Location: 2900 W Lowden St. 3.25" Asphalt 9" Concrete Paving - Compressive Strength test = 4160 PSI 12.25" - 16" Light Brown Tan Clay w/Lime traces - Atterberg Limits: LL=37, PL=16, PI=21 Shaw St. Hole #C - 26 Location: Shaw St. 3.5" Asphalt 9" Concrete Paving - Compressive Strength test = 4030 PSI 12.5" - 16" Gray Fat Clay - Atterberg Limits: LL=58, PL=21, PI=37 Coring terminated at -18" GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 GC-6.06 D — Small Business Utilization Form THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 U— Ln ± _ m 0- � 2 £ ■ E k ' 2 E o m Q § � E �_ * � q E O\ P Q o � § 4-1 c \ _ / m cc 0 cc LU 2 LU k Lli p z < 2 w 11- 0 � S a LU k « 0 a Fa ❑ \ 0 § 2 U m 0 \ m 0 \ U 0 . / § E 9.7. £ � m k / ■ k § 7 k Q -0 m Q 0 2 � 10-1 0 2 m z 10-1 m 7 a E 0 \0 \ /C-) G / / k @ G ) j / § f / E \ % / / o = e \ 2 co c¥ / R Z $ _ 9 cce x C:e e C)u k \ a)/ CIO 2 _ � \ \ \ ) 7 5 \ U 7 7\ k 3 0 / 7 E/ E o @ \ } 2 \ E $ 0 « y E ® n % t = O C)\ C)IX{ COE _ # \ $ ? \ � 0 O 7 % 3 t t o o %§ r CO § / 7 \// \o -0cq \ \0 CI) C) \ Cc 2 ) / E / \ _ 3 0 0 o = = to £ 2 / § / ± / 2 0 ƒ / /� C)0X / \ C)) \ m ail CO \ e p e §@ [ e 2 / \ @ \ C:E C:R ) k -00 m / / CO \ { § ;E\ 2 k -0/ % 0 § / #� 7 2 \- > \ \ = f/ \ \ /} E o/ ƒ / » 5 5 5 e 3=_ n ƒ co { o a o o/ § 0 4 7\= z/ E O t k / CID \ \ 7 / / - q ' = = 7 0 / \ \ \ } \ \ \ m q C 04 C) 3 � c .\ ƒ � z \ / \ 72 0 \ \ \ \ � ƒ E § \ z 2 § = m z / \ \ \ \ \ / / % / / \ / E -0 a) o- @ _ E 0 \ \ / / / # c g_ 0 �$\ _ * o = 3 � 7 ID s ° t 7 ( J \ / E t / g _ E (Do = \ / E CO -0 / E (DID \ _0 /ƒ\ \ \ / U) co 7 § / / \ / '/ ± \ % y \ \\/ tco \ co\ ) \ CZ (D \ ( / / \ / \ G \ \ Co -0_ E \ a / 7 m \ \ ' 0 \ \ E ~ o = (D\.» � \ g o E \ b Et L / \ \ / { < \ 5 z 4 ± \ / m \ 0\ k \� G _ e \ E 0 3 < o e m o & < o e m o % / / / \41 % \ / \ / \ R I % m z R I % 7 7 \ \ ❑ ❑ ❑ ❑ \ \ ❑ ❑ ❑ ❑ i} i} n n w w 0 0 � � a k a k 2 2 I I G LLI G cn \ \ � k � � � 7 ) m 2 z � 7 } 0 z 2 � wƒ n L wƒ n q 2 2 / k z � / kCL z � O ( O (n w @ w @ � a a D D n n k� E § k� E k m m 2 o ` o 0 z © 2 ƒ z 2 2 « w @ §41« § m « wa @ 41 m < R § 2 k \ \ R k \ \ 2 0 \ 2 0 z 0 m« a w 0 z 0 m« a w 0 n a % 0 c k � W 6 ii v c�i a=i a0i a0i uo Q Q U C nA Q Q U W no Q Q U C/) C �' Q U U 0 m G �' .Q U U 0 m O �' m U U 0 m 4.0 0 z � x � 0 z � x � m z � x cmi L L ❑ ❑ X ❑ L L ❑ ❑ X ❑ L ID L a)U ❑ ❑ X El U U U U U p p p w w w p p p O O O a a a w w w J N J f%1 J f%1 n. D rL o. cn O. cn Q. cn o. w _ N c w _ N c w _ N U (n U y U y i •7 O i •7 O L •C O w .i O w i O w .i O cry 0 O N 0 Z z N O O N 0 Z z cry 0 O N 0 z Z O N O w N m U w U m U w N m U a Q z~ a Q Q a¢ � z a Q Q a Q z a a Q z to z ol I z 41). O N O N O N N W N W N W J J J N d N a N a cn a cn a cn a w m 0 w m 0 w m 0 p cn p cn p N p cn Gi C p cn Gi C p cn Gi C Q OC E O Q OC E O Q OC E O p 0 m L p 0 m L p 0 m L Z~ Q U Z y O a Z �- Q U Z N O a Z Q U Z y O a w O ti R w O ai 41 w O H J_ 41 H d J_ fUC 41 H (Dj() Z y 7 'O 'O O s E C O X Z Q O y 7 'O O s O E C O Z Q O N 7 'O 'O O s OO Ez U m Q a w U z U m Q a w U z U m Q a w LO N O N O rn CD Ir Ln 0 � & 0- U- 409, 44 _V9, _V9. 0 7 \ E � LLI ƒ _ -j 4 � a 2 CL e § g / /CL A e = 2 m m o § 0 \ £ E 2 § % / 0 � -02 = ■ cn m m E -j ( 2 LU a / 2 2 - LL / k Z z 0 0 0 0 0 D / j « f f f O a \ \ \ 0 $ $ $ O \ 4 o 0 % 0 ■ { 0 \ \ % = / 3: o ( \ / / \ ) cn-0 \ \ \ � \ � \ Co O \ 0 / cn u o ± } 0 / \ E o 0- / \ o ��\ 0 ) 0- Co E o / E ) = o .e e = / / \ \ 0 § / Co \ } cn o = o - ° ° 7 ± / o Iv0 U) k co E \ m _ ) \ ) / G \ E 0 to E\� ° D } \ 0 E Co U \0 : 0- 0 @ _ \ \ 2 k � cn � ■ � a 24 2 2 / 'a 4) I-- � c 2 E 2 q k A / � � � E z ■ 0 E ■ E 2 a k E 0 Q § � � « / w § � � « $ 0 ■ � 0 Q R CL 4) � cn � A 0 04 0 04 C) 3 � '\ ƒ Ln 0 Ln bA co d Ln N O N O O GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 Tracking #23W-16509/BF-20547782 PIPELINE LICENSE THIS PIPELINE LICENSE ("License") is made to be effective March 18, 2025 (the "Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF FORT WORTH, a Texas municipality ("Licensee"). In consideration of the mutual covenants contained herein, the parties agree to the following: GENERAL Grant of License. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), one (1) pipeline, 24 inches in diameter inside a 42 inch Steel casing (collectively, the "Pipeline"), across or along Licensor's rail corridor at or near the station of Fort Worth, County of Tarrant, State of Texas, Line Segment 7262, Mile Post 0.31 as shown on the attached Drawing No. 90834, dated August 14, 2024, attached hereto as Exhibit "A" and incorporated herein by reference (the "Premises"). 2. Term. This License shall commence on the Effective Date and shall continue for so long as the Pipeline is used for public purpose, subject to prior termination as hereinafter described. 3. Existing Improvements. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. 4. Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. The Pipeline shall carry Domestic Water, and Licensee shall not use the Pipeline to carry any other material or use the Premises for any other purpose. Licensee is expressly prohibited from using or allowing any telecommunication facilities or equipment within the Premises, or using or allowing the use of the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licensor's prior written consent. COMPENSATION 6. License Fee. Licensee shall pay Licensor, prior to the Effective Date, a one-time payment (in lieu of recurring periodic fixed license fees) in the sum of Seven Thousand Four Hundred and No/100 Dollars ($7,400.00) as compensation for the use of the Premises. 7. Costs and Expenses. 7.1 For the purpose of this License, "cost" or "costs" and "expense" or "expenses" includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor (pursuant to the terms of Section 8 below) for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence, construction and maintenance of the Pipeline, including but not limited to the furnishing of Licensor's flaggers and any vehicle rental costs incurred, inspection coordination, safety, mobilization and/or other observation services described in this License (collectively, the "Services"). Licensee shall bear the cost of the Services, when deemed necessary by Licensor's representative. Flagging costs shall include, but not be limited to, the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and - 1 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7. 7.3 Licensor, at its sole discretion, may elect to designate a third party (the "Scheduling Agent"), to perform and/or arrange for the performance of the Services. 8. Payment Terms. All invoices are due thirty (30) days after the date of invoice. If Licensee fails to pay any monies due to Licensor within thirty (30) days after the invoice date, then Licensee shall pay interest on such unpaid sum from the due date until paid at an annual rate equal to the lesser of (i) the prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent (2- 1/2%), or (ii) the maximum rate permitted by law. LICENSOR'S RESERVED RIGHTS 9. Reserved Rights of Use. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties who may obtain written permission or authority from Licensor: 9.1 to maintain, use, operate, repair, replace, modify and relocate any utility, power or communication pipe/lines/cables and appurtenances (other than the Pipeline) and other facilities or structures of like character upon, over, under or across the Premises existing as of the Effective Date; 9.2 to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities, structures and related appurtenances upon, over, under or across the Premises; or 9.3 to use the Premises in any manner as Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10. Right to Require Relocation. If at any time during the term of this License, Licensor desires the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the Pipeline, or the construction of a new pipeline to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency changes and minor adjustments, as determined by Licensor in its sole discretion, to the Pipeline promptly upon Licensor's request. LICENSEE'S OPERATIONS 11. Construction and Maintenance of the Pipeline. 11.1 Licensee shall not enter the Premises or commence construction unless accompanied by Licensor's representative, the Scheduling Agent or its designee. Licensee shall notify Licensor's Roadmaster, Vincent Griffin at Vincent.Griffinl O)bnsf.com, telephone 817-740-7274, at least ten (10) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. In the event of emergency, Licensee shall notify Licensor of Licensee's entry onto the Premises at the telephone number above as soon as practicable and shall promptly thereafter follow up with written notice of such entry. 11.2 Licensee's on -site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises. 11.3 While on the Premises, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other. - 2 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 11.4 Any contractors or subcontractors performing work on the Pipeline or entering the Premises on behalf of Licensee shall be deemed servants and agents of Licensee for purposes of this License. 11.5 Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises, including without limitation all construction and maintenance of the Pipeline, in such a manner and of such materials as not at any time to endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. If ordered to cease using the Premises at any time by Licensor's personnel due to any hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 11.6 Licensee shall, at its sole cost and expense, construct and maintain the Pipeline in such a manner and of such material that the Pipeline will not at any time endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. The construction of the Pipeline shall be completed within one (1) year of the Effective Date, and any subsequent maintenance shall be completed within one (1) year of initiation. Within fifteen (15) days after completion of the construction of the Pipeline or the performance of any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore the Premises to substantially their state as of the Effective Date, unless otherwise approved in advance by Licensor in writing. On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense, surrender the Premises to Licensor pursuant to the terms and conditions set forth in Section 24 hereof. 11.7 Licensor may direct one or more of its field engineers or inspectors to observe or inspect the construction and/or maintenance of the Pipeline at any time for compliance with the Drawings and Specifications and Legal Requirements (defined below). Licensee shall reimburse Licensor for the cost of such observation or inspection related services pursuant to Section 8. If ordered at any time to halt construction or maintenance of the Pipeline by Licensor's personnel due to non-compliance with the Drawings and Specifications or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, or to halt work on, the Pipeline, it being solely Licensee's responsibility to ensure that the Pipeline is constructed and maintained in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise of, nor the failure by Licensor to exercise, any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section 11, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, pursuant to the terms of Section 8. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 11.8 Cutting head must travel at 0.0% grade (or downward) beginning 25' (minimum) from centerline of track until it reaches a point 25' (minimum) from the centerline of track. Minimum pressure must be applied to pumping the slurry to the cutting head during drilling. This will deter the bentonite slurry used for lubrication from seeping up and fouling the track roadbed. A Flagman must be present during installation and will monitor the ballast and roadbed. - 3 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 12. Borina and Excavation. 12.1 Prior to Licensee conducting any boring, excavation, or similar work on or about any portion of the Premises, Licensee shall contact the applicable State's call -before -you -dig utility location service to have 3rd parties mark the location of utilities. Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, provided, however, that in lieu of the foregoing hand -tool exploration, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice (e.g., consulting with the United States Infrastructure Corporation) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee shall request information from Licensor concerning the existence and approximate location of Licensor's underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline by contacting Licensor's Telecommunications Helpdesk, currently at 1-800- 533-2891 (option1, then option 7), at least ten (10) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licensor's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herein. 12.2 For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's review and approval, in Licensor's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 12.3 No wells shall be installed without prior written approval from Licensor. 12.4 Any open hole, boring, or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.4.1 filled in to surrounding ground level with compacted bentonite grout; or 12.4.2 otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification. 13.1 For purposes of this License: (a) "Indemnitees" means Licensor and Licensor's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' fees, costs of investigation, removal and remediation, and governmental oversight costs) environmental or otherwise; and (c) "Licensee Parties" means Licensee and Licensee's officers, agents, invitees, licensees, employees, or contractors, or any party directly or indirectly employed by any of them, or any party they control or exercise control over. - 4 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM, OR RELATED TO (IN WHOLE OR IN PART): 13.2.1 THIS LICENSE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, 13.2.2 ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, 13.2.3 LICENSEE'S OCCUPATION AND USE OF THE PREMISES, 13.2.4 THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED TO BY LICENSEE, OR 13.2.5 ANY ACT OR OMISSION OF ANY LICENSEE PARTY. 13.3 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE NOW AND FOREVER WAIVES AND WILL INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL CLAIMS THAT BY VIRTUE OF ENTERING INTO THIS LICENSE, LICENSOR IS A GENERATOR, OWNER, OPERATOR, ARRANGER, OR TRANSPORTER FOR THE PURPOSES OF THE COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION, AND LIABILITY ACT, AS AMENDED ("CERCLA") OR OTHER ENVIRONMENTAL LAWS (DEFINED BELOW). NOTHING IN THIS LICENSE IS MEANT BY EITHER PARTY TO CONSTITUTE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES AND THIS LICENSE SHOULD NOT BE SO CONSTRUED. IF ANY AGENCY OR COURT CONSTRUES THIS LICENSE TO BE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES, LICENSEE AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND INDEMNITEES FOR ANY LIABILITIES RELATED TO THAT CONSTRUCTION OF THIS LICENSE. IN NO EVENT AS BETWEEN LICENSOR AND LICENSEE AS TO USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL LICENSOR BE RESPONSIBLE TO LICENSEE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES. 13.4 IF ANY EMPLOYEE OF ANY LICENSEE PARTY ASSERTS THAT HE OR SHE IS AN EMPLOYEE OF ANY INDEMNITEE, TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM AND AGAINST ANY LIABILITIES ARISING OUT OF OR RELATED TO (IN WHOLE OR IN PART) ANY SUCH ASSERTION INCLUDING, BUT NOT LIMITED TO, ASSERTIONS OF EMPLOYMENT BY AN INDEMNITEE RELATED TO THE FOLLOWING OR ANY PROCEEDINGS THEREUNDER: THE FEDERAL EMPLOYERS' LIABILITY ACT, THE SAFETY APPLIANCE ACT, THE LOCOMOTIVE INSPECTION ACT, THE OCCUPATIONAL SAFETY AND HEALTH ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. 13.5 THE FOREGOING OBLIGATIONS OF LICENSEE SHALL NOT APPLY TO THE EXTENT LIABILITIES ARE PROXIMATELY CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY INDEMNITEE, BUT SHALL APPLY TO ALL OTHER LIABILITIES, INCLUDING THOSE ARISING FROM OR ATTRIBUTED TO ANY OTHER ALLEGED OR ACTUAL NEGLIGENCE, INTENTIONAL ACTS, OR STRICT LIABILITY OF ANY INDEMNITEE. 13.6 Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit or other proceeding brought against any Indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any Indemnitee. Licensee shall pay all costs and expenses incident to such defense, including, - 5 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 but not limited to, reasonable attorneys' fees, investigators' fees, litigation and appeal expenses, settlement payments, and amounts paid in satisfaction of judgments. 13.7 NOTHING CONTAINED HEREIN SHALL EVER BE CONSTRUED SO AS TO REQUIRE LICENSEE TO CREATE A SINKING FUND OR TO ASSESS, LEVY AND COLLECT ANY TAX TO FUND ITS OBLIGATIONS UNDER THIS SECTION 13. 14. Personal Property Risk of Loss. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISK OF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY DAMAGE THERETO OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. 15. Insurance. Licensee shall, at its sole cost and expense, procure and maintain during the term of this License the following insurance coverage: 15.1 Commercial General Liability "CGL" Insurance. a. The policy will provide a minimum of $5,000,000 per occurrence and an aggregate limit of at least $10,000,000 but in no event will the coverage be in an amount less than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence form or equivalent and include coverage for, but not limited to, the following: ■ Bodily Injury and Property Damage ■ Personal Injury and Advertising Injury ■ Fire legal liability ■ Products and completed operations ■ Contractual Liability for an "Insured Contract" consistent with the definition under the standard ISO general liability policy form. b. This policy will include the following endorsements or language, which shall be indicated on or attached to the certificate of insurance: ■ The definition of "Insured Contract" will be amended to remove any exclusion or other limitation for any work being done within 50 feet of Licensor's property; ■ Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor and Jones Lang LaSalle Brokerage, Inc. to include coverage for ongoing and completed operations; ■ Separation of insureds; ■ The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. c. The parties agree that the workers' compensation and employers' liability related exclusions in the CGL policy(s) are intended to apply to employees of the policyholder and will not apply to Licensor's employees. d. No other endorsements that limit coverage with respect to Licensee's obligations under this agreement may be included on the policy. 15.2 Business Automobile Insurance. a. The insurance will provide minimum coverage with a combined single limit of at least $1,000,000 per accident, and include coverage for, but not limited to the following: ■ Bodily injury and property damage. ■ Any and all vehicles owned, used or hired. b. The policy will include the following endorsements or language, which will be indicated on or attached to the certificate of insurance: • Waiver of subrogation in favor of and acceptable to Licensor; ■ Additional insured endorsement in favor of and acceptable to Licensor; - 6 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 ■ Separation of insureds; ■ The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. 15.3 Workers' Compensation and Employers' Liability Insurance. a. The policy will provide coverage of all employees performing any part of the installation or maintenance of the Pipeline including coverage for, but not limited to: ■ Licensee's statutory liability under the workers' compensation laws of the state(s) in which the work or services under this agreement are to be performed. The policy will cover all of Licensee's employees, regardless of whether such coverage is optional under the law of that state(s). ■ Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. b. The policy will include contain the following endorsements or language, which shall be indicated on or attached to the certificate of insurance: ■ Waiver of subrogation in favor of and acceptable to Licensor. 15.4 Railroad Protective Liability Insurance. The policy will name only Licensor as the Insured and will provide coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the Pipeline. THE CONSTRUCTION OF THE PIPELINE SHALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the Pipeline is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy will be issued on a standard ISO form CG 00 35 12 04 and include the following: ■ Endorsed to include the Pollution Exclusion Amendment. ■ Endorsed to include the Limited Seepage and Pollution Endorsement. ■ Endorsed to remove any exclusion for punitive damages. ■ Endorsed to include Evacuation Expense Coverage Endorsement. ■ No other endorsements restricting coverage may be added. ■ The original policy must be provided to Licensor and Licensee shall not perform any work or services of any kind under this agreement until Licensor has reviewed and approved the policy. ■ The definition of "Physical Damage to Property" will be endorsed to read: "means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured's care, custody and control (including, but not limited to rolling stock and their contents, mechanical construction equipment or motive power equipment, railroad tracks, roadbeds, catenaries, signals, tunnels, bridges and buildings) arising out of the acts or omissions of the contractor named on the Declarations." In lieu of providing a Railroad Protective Liability Policy, for a period of one (1) year from the Effective Date, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1,266.00. X Licensee may elect to participate in Licensor's Blanket Policy; ❑ Licensee declines to participate in Licensor's Blanket Policy. 15.5 Intentionally deleted. 15.6 Other Requirements: 15.6.1 Where allowable bylaw, no exclusion for punitive damages maybe included in any policy. - 7 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 15.6.2 Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. In addition, Licensee's insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Licensor for all claims and suits. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of Licensee's owned or leased property or property under Licensee's care, custody, or control. 15.6.3 Licensee is allowed to self -insure. Any self -insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this License, be covered by Licensee's insurance will be covered as if Licensee elected not to include a self -insured retention or other financial responsibility for claim 15.6.4 Prior to entering the Premises or commencing any work related to the installation or subsequent maintenance of the Pipeline, Licensee shall furnish to Licensor an acceptable certificate(s) of insurance from an authorized representative evidencing the required coverage(s), endorsements, and amendments. 15.6.5 Licensee shall notify BNSF in writing at least 30 days prior to any cancellation or non - renewal, of any insurance requirement. 15.6.6 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. 15.6.7 If the coverage provided by any of the insurance policies required by this agreement is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration, cancellation or termination of this agreement. 15.6.8 Licensee agrees to provide evidence to Licensor that it has the required coverage in place at least annually or in the event of a renewal or material change of coverage 15.6.9 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), and that Licensee has instructed them to procure the insurance coverage required by this License. 15.6.10 Not more frequently than once every five years, Licensor may, at its discretion, reasonably modify the insurance requirements to reflect the then -current risk management practices in the railroad industry and underwriting practices in the insurance industry. 15.6.11 If Licensee will subcontract any portion of the operation, Licensee shall require that the subcontractor provide and maintain insurance coverage(s) as set forth herein, naming Licensor as an additional insured. In addition, Licensee shall require that the subcontractor shall release, defend and indemnify Licensee to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor under this agreement. 15.6.12 Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations hereunder. 15.6.13 The fact that Licensee obtains insurance (including, without limitation, self-insurance) shall not release or diminish Licensee's liabilities or obligations including, without limitation, the liabilities and obligations under the indemnity provisions of the License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. - 8 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 15.6.14 In the event of a claim or lawsuit involving BNSF arising out of this Agreement, Licensee will make the policy covering such claims or lawsuits available to BNSF with proprietary information not relevant to such claim or lawsuit permitted to be redacted. 15.6.15 In the event of willful misconduct or gross negligence by Licensee, BNSF requires and shall be entitled to the broader coverage and/or the higher limits that the Licensee maintains beyond the minimum requirements specified in this Agreement, BNSF requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to BNSF. 15.6.16 These insurance provisions are intended to be a separate and distinct obligation on the part of the Licensee. Therefore, these provisions shall be enforceable and Licensee shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable in the jurisdiction in which the work or services are performed under this License. 15.6.17 For purposes of this Section 15, Licensor shall mean "Burlington Northern Santa Fe, LLC", "BNSF Railway Company" and the subsidiaries, successors, assigns and affiliates of each. COMPLIANCE WITH LAWS, REGULATIONS, AND ENVIRONMENTAL MATTERS 16. Compliance with Laws, Rules, and Regulations. 16.1 Licensee shall observe and comply with any and all applicable federal, state, local, and tribal laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the Pipeline and the use of the Premises. 16.2 Prior to entering the Premises, Licensee shall and shall cause its contractor(s) to comply with all of Licensor's applicable safety rules and regulations. Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the Premises completes the safety orientation program at the Website "www.BNSFcontractor.com" (the "Safety Orientation") within one year prior to entering upon the Premises. Additionally, Licensee must ensure that each and every employee of Licensee, its contractors, agents and invitees possess a card certifying completion of the Safety Orientation prior to entering upon the Premises. Licensee must renew (and ensure that its contractors, agents or invitees, as applicable, renew) the Safety Orientation annually. 16.3 Licensee shall obtain on or before the date it or its contractor enters the Premises, any and all additional rights -of way, easements, licenses and other agreements relating to the grant of rights and interests in and/or access to the Premises (collectively, the "Rights") and such other rights, licenses, permits, authorizations, and approvals (including without limitation, any necessary local, state, federal or tribal authorizations and environmental permits) that are necessary in order to permit Licensee to construct, maintain, own and operate the Pipeline and otherwise to perform its obligations hereunder in accordance with the terms and conditions hereof. 16.4 Licensee shall either require that the initial stated term of each such Rights be for a period that does not expire, in accordance with its ordinary terms, prior to the last day of the term of this License or, if the initial stated term of any such Right expires in accordance with its ordinary terms on a date earlier than the last day of the term of this License, Licensee shall, at its cost, exercise any renewal rights thereunder, or otherwise acquire such extensions, additions and/or replacements as may be necessary, in order to cause the stated term thereof to be continued until a date that is not earlier than the last day of the term of this License. - 9 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 16.5 Upon the expiration or termination of any Right that is necessary in order for Licensee to own, operate or use the Pipeline in accordance with the terms and conditions of this License, this License thereby shall automatically expire upon such expiration or termination of the Right. 17. Environmental. 17.1 Licensee shall strictly comply with Environmental Laws (as defined below). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Environmental Laws on the Premises. Licensee shall not release or suffer the release of oil or Hazardous Materials (as defined below) on or about the Premises. 17.2 Except as specifically set forth in Section 4 of this License, Licensee covenants that it will not handle or transport Hazardous Materials through the Pipeline or on Licensor's property. Upon request by Licensor, Licensee agrees to furnish Licensor with proof, satisfactory to Licensor, that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at (800) 832-5452 of any known (i) release of Hazardous Materials on, from, or affecting the Premises, (ii) violation of Environmental Laws, or (iii) inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use its best efforts to immediately respond to any release on, from, or affecting the Premises. Licensee also shall give Licensor prompt notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. 17.4 If Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way. 17.5 Licensee shall immediately report to Licensor's Resource Operations Center at (800) 832-5452 any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take all reasonable actions necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licensor's request for information regarding said conditions or activities. 17.6 During the term of this License, Licensor may, at Licensor's option, require Licensee to conduct an environmental audit, including but not limited to sampling, of the Premises through an environmental consulting engineer acceptable to Licensor, at Licensee's sole cost and expense, to determine if any noncompliance or environmental damage to the Premises has occurred during occupancy thereof by Licensee. The audit shall be conducted to Licensor's satisfaction and a copy of the audit report shall promptly be provided to Licensor for its review. Licensee shall pay all expenses for any remedial or corrective action that may be required as a result of said audit to correct any noncompliance or environmental damage, and Licensee shall diligently pursue and complete all necessary work prior to termination of this License. Licensee's obligations under this Section 17.6 shall survive termination of this License. 17.7 Notwithstanding anything in this Section 17, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine Licensee's compliance with Environmental Laws, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is compliant. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 17.8 "Environmental Law(s)" shall mean any federal, state, local, or tribal law, statute, ordinance, code, rule, regulation, policy, common law, license, authorization, decision, order, or injunction which pertains to health, safety, any Hazardous Material, or the environment (including but not - 10 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 limited to ground, air, water, or noise pollution or contamination, and underground or above- ground tanks) and shall include, without limitation, CERCLA 42 U.S.C. §9601 et seq.; the Resource Conservation and Recovery Act, 42 U.S.C. §6901 et seq.; the Hazardous Materials Transportation Act, 49 U.S.C. §5101 et seq.; the Federal Water Pollution Control Act, 33 U.S.C. §1251 et seq.; the Clean Air Act, 42 U.S.C. §7401 et seq.; the Toxic Substances Control Act, 15 U.S.C. §2601 et seq.; the Safe Drinking Water Act, 42 U.S.C. §300f et seq.; the Emergency Planning and Community Right -to -Know Act, 42 U.S.C. 11001 et seq.; the Federal Insecticide, Fungicide and Rodenticide Act, 7 U.S.C. 136 to 136y; the Oil Pollution Act, 33 U.S.C. 2701 et seq.; and the Occupational Safety and Health Act, 29 U.S.C. 651 et seq.; all as have been amended from time to time, and any other federal, state, local, or tribal environmental requirements, together with all rules, regulations, orders, and decrees now or hereafter promulgated under any of the foregoing, as any of the foregoing now exist or may be changed or amended or come into effect in the future. 17.9 "Hazardous Material(s)" shall include but shall not be limited to any substance, material, or waste that is regulated by any Environmental Law or otherwise regulated by any federal, state, local, or tribal governmental authority because of toxic, flammable, explosive, corrosive, reactive, radioactive or other properties that may be hazardous to human health or the environment, including without limitation asbestos and asbestos -containing materials, radon, petroleum and petroleum products, urea formaldehyde foam insulation, methane, lead -based paint, polychlorinated biphenyl compounds, hydrocarbons or like substances and their additives or constituents, pesticides, agricultural chemicals, and any other special, toxic, or hazardous (i) substances, (ii) materials, or (iii) wastes of any kind, including without limitation those now or hereafter defined, determined, or identified as "hazardous chemicals", "hazardous substances," "hazardous materials," "toxic substances," or "hazardous wastes" in any Environmental Law. DISCLAIMER OF WARRANTIES 18. No Warranties. 18.1 LICENSER'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIED DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE. LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 18.2 LICENSOR MAKES NO WARRANTY, REPRESENTATION OR CONDITION OF ANY KIND, EXPRESS OR IMPLIED, CONCERNING (A) THE SCOPE OF THE LICENSE OR OTHER RIGHTS GRANTED HEREUNDER TO LICENSEE OR (B) WHETHER OR NOT LICENSEE'S CONSTRUCTION, MAINTENANCE, OWNERSHIP, USE OR OPERATION OF THE PIPELINE WILL VIOLATE OR INFRINGE UPON THE RIGHTS, INTERESTS AND ESTATES OF THIRD PARTIES, INCLUDING, WITHOUT LIMITATION, ANY LEASES, USE RIGHTS, EASEMENTS AND LIENS OF ANY THIRD PARTY. 19. Disclaimer of Warranty for Quiet Enjoyment. LICENSOR DOES NOT WARRANT ITS TITLE TO THE PREMISES NOR UNDERTAKE TO DEFEND LICENSEE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. 20. Eviction at Risk of Licensee. In case of the eviction of Licensee by anyone owning, claiming title to, or claiming any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable (i) to refund Licensee any compensation paid hereunder, except for the pro- rata part of any recurring charge paid in advance, or (ii) for any damages or costs Licensee sustains in connection with the eviction. - 11 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 LIENS AND TAXES 21. Liens and Charges. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on the Premises. Licensor is hereby authorized to post any notices or take any other action upon or with respect to the Premises that is or may be permitted by law to prevent the attachment of any such liens to the Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 21 or any other Section of this License. 22. Taxes. Licensee shall pay when due any taxes, assessments or other charges (collectively, "Taxes") levied or assessed by any governmental or quasi -governmental body upon the Pipeline or any other improvements constructed or installed on the Premises by or for Licensee (collectively, the "Improvements") or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. DEFAULT TERMINATION AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licensor's right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to be events of default pursuant to which Licensor has the right to terminate as set forth below: 23.1 If default shall be made in any of Licensee's covenants, agreements, or obligations contained in this License and Licensee fails to cure said default within thirty (30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. Notwithstanding the foregoing, Licensor shall have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in Section 15. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of Hazardous Materials, notwithstanding anything contained in any other provision of this License, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. 23.3 Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedies set forth in this Section 23 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity. 23.4 Intentionally Deleted. 24. Surrender of the Premises. 24.1 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24.1.1 if so directed by Licensor in writing, remove the Improvements, the Pipeline and all appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24.1.2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of, or connected with Licensee's use of the Premises; 24.1.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 24.1.4 leave the Premises in substantially the condition which existed as of the Effective Date, or as otherwise agreed to by Licensor. - 12 - Form 424; Rev. 20200605 Tracking #23W-16509/BF-20547782 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (the "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration shall release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination, or, if later, the date when Licensee surrenders the Premises and all of the Restoration Obligations are completed. 24.3 If Licensee fails to complete the Restoration Obligations within thirty (30) days after the date of such termination of its tenancy, then Licensor may, at its election, either: (i) remove the Pipeline and the other Improvements or otherwise restore the Premises, and in such event Licensee shall, within thirty (30) days after receipt of bill therefor, reimburse Licensor for cost incurred, (ii) upon written notice to Licensee, take and hold the Pipeline and the other Improvements and personal property as its sole property, without payment or obligation to Licensee therefor, or (iii) specifically enforce Licensee's obligation to restore and/or pursue any remedy at law or in equity against Licensee for failure to so restore. Further, if Licensor has consented to the Pipeline and the other Improvements remaining on the Premises following termination, Licensee shall, upon request by Licensor, provide a bill of sale in a form acceptable to Licensor conveying the Pipeline and the other Improvements to Licensor for no additional consideration. MISCELLANEOUS 25. Successors and Assigns. All provisions contained in this License shall be binding upon, inure to the benefit of, and be enforceable by the respective successors and assigns of Licensor and Licensee to the same extent as if each such successor and assign was named a party to this License. 26. Assignment. 26.1 Licensee may not sell, assign, transfer, or hypothecate this License or any right, obligation, or interest herein (either voluntarily or by operation of law, merger, or otherwise) without the prior written consent of Licensor, which consent may not be unreasonably withheld or delayed by Licensor. Any attempted assignment by Licensee in violation of this Section 26 shall be a breach of this License and, in addition, shall be voidable by Licensor in its sole and absolute discretion. 26.2 For purposes of this Section 26, the word "assign" shall include without limitation (a) any sale of the equity interests of Licensee following which the equity interest holders of Licensee immediately prior to such sale own, directly or indirectly, less than 50% of the combined voting power of the outstanding voting equity interests of Licensee, (b) any sale of all or substantially all of the assets of (i) Licensee and (ii) to the extent such entities exist, Licensee's parent and subsidiaries, taken as a whole, or (c) any reorganization, recapitalization, merger or consolidation involving Licensee. Notwithstanding the foregoing, any reorganization, recapitalization, merger or consolidation following which the equity interest holders of Licensee immediately prior to such reorganization, recapitalization, merger or consolidation own, directly or indirectly, at least 50% of the combined voting power of the outstanding voting equity interests of Licensee or any successor thereto or the entity resulting from such reorganization, recapitalization, merger or consolidation shall not be deemed an assignment. THIS LICENSE SHALL NOT RUN WITH THE LAND WITHOUT THE EXPRESS WRITTEN CONSENT OF LICENSOR, SUCH CONSENT TO BE IN LICENSOR'S SOLE DISCRETION. 26.3 Notwithstanding the provisions of Section 26.1 above or anything contained in this License to the contrary, if Licensee sells, assigns, transfers, or hypothecates this License or any interest herein in contravention of the provisions of this License (a "Purported Assignment") to another party (a "Purported Transferee"), the Purported Transferee's enjoyment of the rights and privileges granted under this License shall be deemed to be the Purported Transferee's agreement to be bound by all of the terms and provisions of this License, including but not limited to the obligation to comply with the provisions of Section 15 above concerning insurance requirements. In - 13 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 addition to and not in limitation of the foregoing, Licensee, for itself, its successors and assigns, shall indemnify, defend and hold harmless Licensor for all Liabilities of any nature, kind or description of any person or entity directly or indirectly arising out of, resulting from or related to (in whole or in part) a Purported Assignment. The provisions of this Section 26.3 shall survive the expiration or earlier termination of this License. 26.4 Licensor shall have the right to transfer and assign, in whole or in part, all of its rights and obligations under this License, and upon any such transfer or assignment, Licensor shall be released from any further obligations hereunder, and Licensee agrees to look solely to the successor in interest of Licensor for the performance of such obligations. 27. Notices. Any notice, invoice, or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Jones Lang LaSalle Brokerage, Inc. 2650 Lou Menk Dr MOB 2 Fort Worth, TX 76131 Attn: Permits/Licenses with a copy to: BNSF Railway Company 2650 Lou Menk Dr. Fort Worth, TX 76131 Attn: Senior Manager Real Estate If to Licensee: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 28. Survival. Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Restoration Obligations are completed in accordance with the terms hereof. 29. Recordation. It is understood and agreed that this License shall not be placed or allowed to be placed on public record. 30. Applicable Law. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31. Severability. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. 32. Integration. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements - 14 - Form 424: Rev. 20200605 Tracking #23W-16509/BF-20547782 between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. 33. Joint and Several Liability. If Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 34. Waiver. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. 35. Interpretation. 35.1 This License shall be interpreted in a neutral manner, and not more strongly for or against any party based upon the source of the draftsmanship; both parties hereby agree that this License shall not be subject to the principle that a contract would be construed against the party which drafted the same. Article titles, headings to sections and paragraphs and the table of contents (if any) are inserted for convenience of reference only and are not intended to be a part or to affect the meaning or interpretation hereof. The exhibit or exhibits referred to herein shall be construed with and as an integral part of this License to the same extent as if they were set forth verbatim herein. 35.2 As used herein, "include", "includes" and "including" are deemed to be followed by "without limitation" whether or not they are in fact followed by such words or words of like import; "writing", "written" and comparable terms refer to printing, typing, lithography and other means of reproducing words in a visible form; references to any person are also to that person's successors and permitted assigns; "hereof', "herein", "hereunder" and comparable terms refer to the entirety hereof and not to any particular article, section, or other subdivision hereof or attachment hereto; references to any gender include references to the masculine or feminine as the context requires; references to the plural include the singular and vice versa; and references to this License or other documents are as amended, modified or supplemented from time to time. 36. Counterparts. This License may be executed in multiple counterparts, each of which shall, for all purposes, be deemed an original but which together shall constitute one and the same instrument, and the signature pages from any counterpart may be appended to any other counterpart to assemble fully executed documents, and counterparts of this License may also be exchanged electronically and any electronic version of any party's signature shall be deemed to be an original signature for all purposes. 37. Licensor's Representative. Jones Lang LaSalle Brokerage, Inc. is acting as representative for BNSF Railway Company. END OF PAGE — SIGNATURE PAGE FOLLOWS - 15 - Form 424: Rev. 20200605 Docusign Envelope ID: E85C115D-4759-4ED9-AC13-AFAA5A154B70 Tracking #23W-16509/BF-20547782 This License has been duly executed by the parties hereto as of the Effective Date. LICENSOR: BNSF Railway Company, a Delaware corporation By: Jones Lang LaSalle Brokerage, Inc. 2650 Lou Menk Drive, MOB2 Fo �9 W JbT 76131 �� Nutc�,it�s By: By: Cary Hutchings Title: Director, Corporate Real Estate LICENSEE: City of Fort Worth, a(n)Texas municipality W By: WiIIiam Johnson {J n 7, )025 16:43 t=ST! Name: William Johnson Title: Assistant City Manager Approved to fo m and legality: By. Douglas Black (.Ian 7, 2025 11:16 CST) Name: Douglas Black Title: Assistant City Attorney - 16 - Form 424: Rev. 20200605 COORDINATE SYSTEM: TX NC TRACKING NO. 23W-16509 EXHIBIT "A" SCALE:1 IN = 150 FT RED RIVER DIV. FT WORTH SUBDIV. L.S. 7262 MP: 0.31 DATE: 8/14/2024 N a 0 v L 1 ,,O^ V .- �:ti =tom _ EXISTING PIPELINE BY AGREEMENT UNKNOWN TO BE ABANDONED TO: BELT JCT W Biddison St W Biddison St Monda St a 0 N J SURVEY: OLDHAM, L a cn "? 4IR I ORT WORTH og aphics, lAN a d the GIS,User I NOTE: PER LAP ANY ABANDONMENT PIPE IS REQUIRED TO BE FILLED WITH DESCRIPTION OF PIPELINE FLOWABLE GROUT. PIPELINE SHOWN BOLD CARRIER CASING CARRIER CASING PIPE PIPE PIPE PIPE SIZE: 24" 42" LENGTH ON R/W: 90, 90, CONTENTS: DRINKING WATER WORKING PRESSURE: 250 PSI PIPE MATERIAL: DUCTILE IRON STEEL BURY: BASE/RAIL TO TOP SPECIFICATIONS / GRADE: PC 250 ASTM A-139 GR. B OF CASING 8.26' WALL THICKNESS: 0.37" 0.625" BURY: NATURAL GROUND 6.6' COATING: ASPHALTIC COAL TAR BURY: ROADWAY DITCHES 6.6' CATHODIC PROTECTION NO VENTS: NUMBER - SIZE - HEIGHT OF VENT ABOVE GROUND - NOTE: CASING TO BE JACKED OR DRY BORED ONLY FORT WORTH COUNTY OF TARRANT STATE OF TX BTH 0 0 00 Lo fn w w o_ Q 2 DRAWING NO. 90834 U s C 4 O R O O C m@ N le V M Q m 09 9 � 3 i o a cn O =.3 a E N O O T O O @_ LL y U) a C G Z m LL 4 Z Z am L N �r � � d a� �N Ln lf1 7 O LO L() 0. O l- r 6 C 6 LL L 4% a 0 Z �m K � m 0 m m n Q' L 3 CD y U 3 O °Q m s O r N E 60- {f} o t o n. Cl) L) m m > C NY E L O rt+ -� `° E 2 OCD U C1 is V a-o m Q Vl ?j a o LL > s z s z m V/ 0 L- a. L- 0 ■ 0 OL W CL N c m� cn LL Z m 6 I, ma 0 U I.I Z 0 V W 0 Z Z 0 Q N� 0 LL G O W LL U) Q 0 N g m m a a) R C N w otj Y _U 0 C m p a m- C O C N O L _ a) E `o m Tm �> >O+cLm. o a) m n` o a _ a m E� 7 aam= U 0- �3m a>� o a >, U o 3z o -mo a) '0 75E ms � m °� � � -0 0) m o .° m 0 3 �' 7 c m a L -O C L N C E n 0- E ° O CL a) O C)a L C E Icum of o > a) , >a) a)o U w - 0 m C .. L- E U 2 O Lm m Nw aw i Ow a) Co U O Cme L a)-0 C a w U E ri OO m 70 0 7 a 3 1 .-m °o U C-0 a m 3aoo U w N` w' aaj 7 w aa) m0�FU)m cn(D ZaEN00m mNw°c U°'mo�?•c��..UmQUoms `.U�N�a))o O d U L E w m 7 y O .0 C C 'C eN/1 N> C O C w d' N m w E C 3 m �' O .- �' O a o '- LL U)a) .N. > C w C n> Q 7- C N N O -O c N L L Y O m z m O a w a m 3 m.3 m= N O m O U O a a) C O a) C O .- a) C L w L C m0E-0 °Eao�° a) L L C w L LL C 5> m o f Cn U U 0 a) CA C O w L 7 0 L Z m a) O a) O. w O y w L m O C a a L .� a) w c o 3 0 .0 3 m ° n n> C..E ° m S n o ° c 0 c a o m 0. C E O o c p c� a c LL w C LL w 0 LL 2- O O .O O U)m m m L- Q N O C 7 .w Z> w Z w Z 0. C 7 a'.? w n� Ea u(Di � � - C a LL C d c' p -Oco C° 0)- N Q O LL m�' 0 n U C O a 0 T N m 7` d -0 o Z a U Q N m CO N a O° E L w6 O m °O O C w C j mo --0o E CO m U�� Q o°� � o I U - 0 m .m. C 06 Z U C O a C m a) � a)E m a; v, 3 c O U O U (D E C > C N C m O .- U L - .O .0 E N C > i0 0 76c m m U N ID a)oao'-�c`o'-cnEa E O U? d L O C O O a) Lm 0 0 CLO C Q U w m 0. F U m T C n w n. C U m U m 0 n n� Q L ° ai -o _ U m a L.' m m � LL U) fwi) m o U w E a) m T w m O j c O o n Z ° m Up a °c n U N N U C -SO N a) 7 a .L... a( a) a) m 0- U Ol C m m m T_ y 7 m 3 0. m C n VU) m a a) C O U m C V 0 E L L .w L N 0 O o m N o'-�jN °� o = U3tac ` .O m o E >> c �S n rn°>c nma S= Ea> aSm O as mo 0 _ p C 3 C C .0 C C Q C m W U U U S m C C a) a) _U t n Z 7 O o 4) N o E m o @ m �. F o o N z aa)) S a U a a S o. G E N? @ O O a) 0 7 C ~ oa 3 >' C~ -`0 � a) aa)) a) 0 L V C E a � wC CLL O EO U ) .i0 C 0) o a m - d U ; c E aa) Q 0 LL �E�S0C.) a) oaY� O c C i6 vi Z O C CO m 6 C O E >. m C d d- C w C T w 0 � U C E Z`o P a) >, a d m m m n I 70 0 _ � 0 U) o m.E 0 y° 0 U 0° nL d m a c m 3 w m a) U 7 3 a C',2 x 3U:-0 3 E L C C a 7 L LL w o T ) v W a 7 a 0 3 C N !EC Z C O_ C O O ��,mQ=�E3�m0 �v°)imn d d E u L CL p LL O 0 co 0 a� L a 3 C O_ E U od N C M v T N m o) a uL V O O m 0 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER AND SANITARYSEWER REPLACEMENTS, CONTRACT 2019, WSM-L, PART I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103380-1 Revised September 1, 2025 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/161 07/23/97 33 05 13 Urethane Hydrophilic Watersto Asahi Kgyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/D792 04/26/00 33 05 13 Offset Joint for 4' Dim. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa -CPS Wra idSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberalass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiber lass Manhole Fluid Containment, Inc. Elamite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiber lass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) 33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Ha Foundr 30024 24" Dia. 33 05 13 Manhole Frames and Covers McKinle Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation, MH-144N 33 05 13 Manhole Frames and Covers Sigma Co oration MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Castro 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerscal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Co oration MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Aooueast 220700 Heavy Dutywith Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 32" ASTM A 48 30" Dia, 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Rin and Cover Com .site Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/. Hin 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32" 30" Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/161 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamti ht 24" Dia. 33 05 13 Manhole Frames and Covers Neenah Castro 24" Dia 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Found 300-24P 24" Dia. 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers SIP Seraraore Industries Private Ltd. 300-24-23.75 Ping and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) 33 39 10 Manhole, Precast Concrete Hydro, Conduit Corp SPL Item #49 ASTM C 478 48" 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Com art 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, mng an at top, Fo- Transition Cones ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast Reinforced Pol er Concrete US Composite Pie Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast Reinforced Polymer) Concrete Artnmock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHards 48" & 60" I.D. Manhole W32" Cone 04/28/07 Manhole, Precast(Reinforced Polymer) Concrete Amitech USA Meyer Pol crete Pi e Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 1 33 3920 For use when Std. MH cannot be Wastewater Access Chamber Quickstreana, Solutions, Inc. Type 8 Maintenace Shaft Po it installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Refiner MSP EI-14 Manhole Rehab Systems AP/M Permafamn 4/20/01 EI-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehabs stem Liner Trial- LittinSystem MHrepair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 EI-14 Manhole Rehab Systems Sprayrog, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosionprotection(Exterior) ERTECH Series 20230 and 2100 (As hack Emulsion) Structures Onl 01/31/06 Coatings for Corrosion Protection Chesterton Are 791, SIBB, SI, S2 Acid Resistance Test Se --A lications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applicattona 03/19/18 33 05 16, 33 39 10, 333920 Coatingfor Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (As hatio Emulsion For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) 33 05 13 Manhole Insert Knutson En erpris. Made to Order - Plastic ASTM D 1248 For 24" dia. 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. 33 05 13 Manhole Insert Noflm-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casina Spacers 33-05-24 (07/01/131 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 jCumg Spacers BWM SS-12 Casing Spacer(Swinless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non -pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only) 8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C 150, C151 3" thnr 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, Cl 51 4" thm 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatines/Epoxv 33-39-60 (0118/13) 02/25/02 E oxy Lining System Samacisen, Inc SewerGard 21ORS LA County 9210-1.33 12/14/01 E oxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protean 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatin s for Corrosion Protection Chesterton Arc 791, SIHB, SI, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 lAir Release Valve A.R.I. USA, Inc. D025LTP02 Com osite Body) 2" Sewer - Pipes/Concrete Et-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 - EI-04 Conc. Pipe, Reinforced Hydra Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 - EI-04 Conc. Pipe, Reinforced Hanson Concrete Products ASTM C 76 - E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pioe Enlarement System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. A roved Previous) McConnell S tems McLat Construction PolyethyleneHouston, Texas A roved Previous) TRS Systems Trenchless Replacement System Pol eth a Cal , Canada Approved Previous) Sewer- Pioe/Fiberelass Reinforced/ 33-31-13(1/8/13) 7/21 /97 3331 13 Cent. Cast Fiberglass FRP Hobas Pipe USA, Inc. Hobas Pie on -Pressure ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe FRP Ameron Bondstrand RPMP Pie ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe FRP Thom son Pipe Group Thompson Pipe Flowtite ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Born Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AW WA C950 * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipe/Polymer Pipe 4/14/05 Pol er Modified Concrete Pie Amitech USA Meyer Pol Crete Pie AS— C33, A276, F477 8" to 102", Class V 06/09/10 El-9 lReinforced Poly7ner Concrete Pie US Composite Pie Reinforced Polymer Concrete Pie ASTM C-76 Sewer - Pioes/HDPE 33-31-23(1/8/13) - Hi h-densi of eth lene i Phillips Drisco i e, Inc ficore Ductile Polyethylene Pie ASTM D 1248 x" -- Hh-densiofethllene i Plexco Inc. 122488 " h- Hdensityoa Poll pipe, Ic.i AASSM 88" Hi h-densi one i o m ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Pioes/PVC* 33-31-20 (7/1/13) 33-31-20 PVC Sewer Pie 1-M Manufacturin Co., Inc. 1M Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - I5" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 PSI IS ASTM D 3034 4" thm 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie SDR-26(PSI IS ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie Gravity Sewer PS 115 ASTM F 679 18" 33-31-20 PVC Sewer Pie J-M Manufacturing Co, Inc. JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 JPVC Sewer Fittings Harco SDR-26 PS I15 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ina.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 3120 PVC we Pie Pi elife Jet Stream SDR 26 S I l5 ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pi a Pi elife Jet Stream SDR 26 ASTM D3034 4"- 11" 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 333120 PVC S—Pie NAPCOWestlake SDR 26 ASTM D3034 4" 10/22/2020 33 3120 PVC Sewer Pie Sanderson Pipe Corp. SDR 26 ASTM D3034 10/21/2020 1 33 3120 PVC Sewer Pie NAPCO Westlake SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/131 09/03/24 33-1240 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1 "-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 9317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Sang Service Saddle Mueller Company DR2S Double SS Strap DI Saddle AWWA C800 1"-2"SVC, u to 24"Pipe 03/07/23 33-12-10 Double Strap Service Saddle Poweraeal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1 "-2" SVC, up to 24" Pipe 10/27/87 Curb Sto a -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and V 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M I %" and 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FBI600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Sto s-Ball Meter Valves Ford Meter Box Co, Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Sto a -Ball Meter Valves Ford Meter Box Co, Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSE 61, ANSI/NSF 372 2" 5/25/2019 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSE 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-20200N-3,H-15000N, H- 1553ON AWWA C800, ANSE 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve Coated Steel) JCM Industries, Inc. 412 TappingTappmg Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stamlcss Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 O p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Rom. SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Coro osite Lid DEW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Coro osite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Coro osite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-Bl2 1118 LID-9 Concrete Meter Box t Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 L01/08/131 * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" Et-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" EI-11 lCombination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant Arneriesn-Dar1mg Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Ken-dy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire H ant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 D Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Su ar Centuion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pseer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ East Jordan Iron Works WaterMaster 5CD250 Water - Meters 02/05/93 1 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magneto Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification I Manufacturer I Model No. I National Spec I Size Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-I1-12 PVC Pressure Pie Vin ltech PVC Pie DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pie Vin ltcch PVC Pie DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pie Northern Pie Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pie Northern Pie Products DR18 AWWA C900, AWWA C605, ASTM D1784 I6"-18" 3/19/2018 33 11 12 PVC Pressure Pie Pi elife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pie Pi elife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4" 28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16" 24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PipesNalves & Fittines/Ductile Iron Fittings 33-11-I1 (Ol/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & CHO E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 E1-07 Ductile Iron Fittings McWane/T ler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/1*1/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co.Nnl-Flan e Uni-Flange Series 1400 AWWA CI I/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co.Nni-Flan a Uni-Flange Series 1500 Circle -Lock AWWA CI I I/C153 4" to 24" 11/09/04 EI-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWACIII/C116/CI53 411to12" 02/29/12 33-I1-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/C153 4" to I" 02/29/12 33-I1-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA C111/CI16/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIO AWWA CI11/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA CI11/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E 1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C 153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 04/07/69 Interim Restrained Joint System Hultec Hydrogrip-R ASTM D395, D412, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4'-12" 08/16/06 Et-07 Mechanical Joint Fittings SIP Industries(Seram orc) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pie Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA Cl I1 11/07/16 33-I1-I1 Mechanical Joint Retainer Glands Star Pie Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA C111 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Seram ore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AW WA Cl 11 3"-48" 03/19/18 33-I1-I1 Mechanical Joint Retainer Glands SIP Imhatries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-15-25 Approval Spec No. Classsification I Manufacturer Model No. National Spec Size Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/151 Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 ISO 94-20255) AW WA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 ISO 94-20247 A)hWA C515 16" 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 Ductile Iron AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Cornpany American AVK Resilient Seeded GV AW WA C509 4" to 12" 01/24/02 E1-26 lResilient Wedge Gate Valve American AVK Company 20" and smaller EI-26 Resilient Seated Gate Valve Kennedy 4" - 12" EI-26 Resilient Seated Gate Valve M&H 4" - 12" EI-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 SD 6647 AW WA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SD 6709 AW WA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" 10/04/94 1 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV ISO D-20995 AW WA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652 AW WA C515 24" and smaller 11 /29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36"(Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metrosea1250, re airements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ East Jordan Iron Works EJ F1owMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR I AW WA/ANSI Ct 15/An21.15 4" to 16" Water - Piues/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/141 EI-30 Rubber Seated Butterfly Valve HenryPratt Co. AWWA C-504 24" EI-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 EI-30 Rubber Seated Butterfly Valve Dezmik Valves Co. AW WA C-504 24" and larger 06/12/03 EI-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 EI-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries Golden Anderson AW WA C504 Butterfly Valve AW WA C-504 30"-54" 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 I" - 48" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 EI-13 I Polyethylene Encasment Flmsol Packaging Fulton Enterprises AW WA CI05 8 it LLD 05/12/05 EI-13 Pol ethylene Encasment Mountain States Plastics MSP and ALP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 EI-13 Pol th lone Encasment AEP Industries Bullstroog by Cowtown Bolt & Gasket AW WA C105 8 out LLD 09/06/19 1 33-11-1 I jPolyethylone Encasment Northtown Products Inc. PE Encasement for DIP AW WA C I05 8 mil LLD Water - Sampling Station 03/07/23 33 1250 1 Water Sampling Station Ku ferle Foundry Cornpany Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02J24 33-F3-50 lWatef Sampling Station O fl�L, Freeze This product removed Water - Automatic Flusher 10/21/20 Automated Flushing Systoon Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Ponable) HG2-A-IN--2-PVC-018-LP Permanent 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupfule Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval ofthe specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Deparhment's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List C t a ¢ aaaaaaaaaaaaaaaaaaaaa¢aaa¢a¢aaaa¢¢¢¢ Q¢aaaaaaaaaaa e'e ee' am eeeeeeeeeeeeeeeeeee�eeeeeeeeeeeeeeee A1M ���� eeeeeeeeeeeeeeeeeeeeeeee m���� om- - - - - - -------------------------------------------- ,17 ,17 ,17 ,17 717 ------------------------ a _ c c 000000000000000000000000000000000........... c c c c c c O c O c c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 md� 0 0 00 0 0 0 0 000o 0 0 0 0 Ooo 0 0 0 0 0 S S 0 0 o0000 V a 0 0 0 a 0 0 a b 0 0 0000 a a 0 0 a a _ a a M Y Q V Y 4 a _ o 0 d a R e a e e e G e e 3 3 3 W 3 3 u a E GQ c u �ovvcvcK����'Y ��No�66oMikmmmmammm U ig U m N N M 2 m_y mow U C C _ ry_ry LL PS _ ryry^ry__a_ LL C C W p A a m„,�„od-Nd7h- W U a o6 U m o 3 m W a o U F. 3 0 W M O O o v 7F a a U U F F U U vv10 N M N N M m m U C W W W d C Y V � y u c W O C G y y N N U r4 fx yg UUU c uuE cF`F` eR tiro rn o J 5555555 5 a az G G G O v� C.UE"E"E"E" as U F F F E � ,c .c _c ,c ,c _c _c _c _c S88UUO o�Fa W W 07 07 UUUUUUUU L) ¢l .E .E U U U UUUUUUUUUU777. ai u r �000caca000000000000000A000ci000A000ci000caocacacao"caA dcacacacaca0000000000000000000 ol � iSl d o N O N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F1 v m 0 0 0 0 m N N O O N N N O N N N N O O N N O N N O N O N N N O OON\ N N �ra N N PO PN N N N� N O N na aN NTT N N O N O O it8�;6 O O � N N N N N N N N N N N N N N N N N N O O O N Nao N N TN NT N N ON NO N N OO N N ON N N Nv� N N O O N N a �_ e x a aaaaaaaaaaaaaaaaa ���� �� �veeee eeeeeeveeeee Mom oe°oo eeeevooeeee°000 eeeeeevovoeeeeeee°eeee m _%- -A-A- �:, �:, M.� _%, _ ' Em �hhhhtihhtititihhr'-i, 0 0 mm E E Em Emm6 E Em E E E 3� Em6 3 r'-i,titih Em66 Nyy- �titiy� _ y tiyytiyywyhyyyyy 6 6 9 m a 9 a m B 6 9 0 0 o e yy�y�inytiytiiny�inytiyinytiyy 0 0 0 0 m 0 0 0 0 v00000000000v, v 0 0 0 0 v v 0 0 0 0 v v 0 0 0 0 m m 0 0 0 0 m v 0 0 0 0 v v 0 0 0 0 0000 mm 0 0 0 0 m y 0 0 0 0 �c �c mmmm 0 0 �o �c 0 0 0 �o ono..... m v 0 0 m mmmm 0 0 0 0 0 m 0 0 0 0 o S. v v 0 0 0 0 m S mm�n 0 0 0 0 S o 0 0 0 0 o�c �nmv 0 0 0 0 o S m 0 0 0 0 o o v v 0 0 0 0 o�c v m 0 0 0 0 �c �c m m 0 0 0 0 o o v v 0 0 0 0 o o...... v v 0 0 0 0 v m 0 0 0 0 v m 0 0 0 0 m m 0 0 0 0 o.. v v 0 0 0 0 m mmm 0 0 0 0 0 0 0 0 m v 0 0 0 0 v v ¢ ¢ 6 Q Q e e v e e e q 0 '3 3 33 3 3 M Y ON M llddddd ld-- UYv00�aaaUF F �+,m a- Uaaar w eN maC7 mGG PNSemw o�� �: vawwm �+,Fm ai G w ❑ C v ._ .� a�i ._ .'� .y a`i ._ d a• c c R B 0.� m CG CG O O N .•O• .� c y L Y U i FG FC B FC FG Pi m v .� .� G C O O C C O O C y y e y d B B �a �i T" t5 CC U U U U x r L a v E o y �` �' ���Wx FC U UFFFFF ro� 00000� � xrzz FFFFF o EE o �' vo �+UFFFF� 0000 o �° E rXX c zzznR' a.n h y.oi.F F G 0.�1U W C7 S.: .-1i��z �xqq Z � U UUUUUU CG UUUUUUU W CJ _ C730',x iRr F � 3 a+ RMIR 0000ca00000000000000 �AAAAAAAAAAAA 3caAocacacaocaocaocacacao °ocacacacacacacacacacacacacacacacacacacacaca 5 5 .� � Q O O O r U i N N O\N ���^ N O�T id"idd-i- dil O� N dd"-�--�-6-W-- N p N N C L as a eeeeeeeeeee66ee eeeeeeeeeeeeeeeeeee eeeeeeeeeeeeeeeeee�°eee _ --------------- - 0 o��sgs�sos��sso mom ---------------------------------------------------------- mam mm��� mam ��������m m��m r� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -- 0 0 000000000000000 -------- 0 0 0 0 0 0 0 0 0 0 --------- 0 0 0 0 0 0 O 0 0 OOo 0 0 ----- 0 0 0 0 0 0 0 0 ----- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q 0 0 y y y y vie li-li intl: 3 ti F y a a opU�ax0ax -0 X�ryry ?.aU� zaU o¢V Nf�KF�4y YN�o3W y�N �o3W y v^O' UkF UkF °oNomN o�oNoN� dUW RJJdd oaoa VU3�3EW.,�`¢zy �� �rWX i �ai�N III �eryryCi oV oMV 0Oo0oV � oo'3^,`�n a �¢�o m c�r�6�3 aA CeiNP Fo3cWj F O O0N�o N0Nc V m0N Vd0o C A A A .. '+S is is k k .n .n `° `° � �O �O ' � _ z a U U U U U U U ro c c7 c7 .�.UE=F=U E ow F F o 0 U U 0 o•n U U E E E v .= == °======_ c _ ° o U U o U U 0 o000UU U U U U �°Ur x C7 C7�C7 �z�tititititimrnFFFFI- rG CC 5566 L1FFFF P7 P1 P1 fL G1 W W v yU UUUUU Z.x W � ❑zzr z. zzzrzzzrC rC ¢¢ ,�, v F7 a ocacacars1 c acacacacacaAAa oo1.,1., oA000ci000A000ciocaocaocacacaocaocaocacaCaCa acacacacacacacacacacacacacacacacacacao .k .k >S .'k .K .� k % � � .� .� .� .� .� .� ..k. .� x mxm U m N r O O O N N�� N N O N N O O N N O O N N N N N O N N O N N N O N O O O O N N N O N O O N N N N N N N N O O O O N N O N N N O O N N O O O C t - mmmcn in in in i mrn R I mrnMmmmM yy yy y �mm I yy y y II y Ati m mrn m m mtia m�'�NN m m y �:, vm A A A A A A w�., ww«,www�wo. o,- rww 0 0 v v�nvvm�nv� 0 0 0 o N 0 y o o 00 0 0 o o c c y y 0 0 ti y o 0 y 0 y 0 c o0 0 0 vvvvvvvvvvv 0 00 0 0 0 0 0 0 00 0 0 0 0 0 0 v 0 to to _ o � o o ss- o 0 v v s 6 w e N 3 .c oo ..zzz Q,00 N'N^� tio�a�yN oh oN c oar YNUwE,o �.-.v030 w �; Yi _i U u - W x O c E: ffi a: K 0cc 0 0 0 - oilgga�Gp�go�VA���x��goB FHFg;1����o� F F � ,C ,c c 4� F4 U U U o o= o o� .. N U F F .E ;; "' cgUUU V W xa�tirnFF �U V U W,%%%zzrntiti NO W � ��f-0UUUUUUxxx 2rnF I C=J y � •R - .y . Y .y - QcacacaQQQQOQQQA y a cacacaQQQQcaQQcacaF"QQci;AcacaQQQcacacacaocc QQ a Cc xi v� R Vl VI CC L y Ci b .-+ b mm� E L � M ti mmmmmmmmmmmmmm ti ti ti ti ti ti ti ti ti ti ti ti L ti u m Ci o 0 r .`: T O� .`�'. O N T T T T N T T T T cn V O O N � � N O N� T N O� � N O r V N N r T N T N T T O� V N O T � N N v�i V �n V O O m V V O N d' V d' v�i P � U N O r � v�i N N N si st P O� N N 0 V S oa N N O N O O O N `a h N� w A A y W ww y y N�E,w wr'^wd Pe 5 y N� F Phi a �aa444H�� N N ry N W F� W Q X c7 W a q Od W W O W m� -+ O m m N V m m U z F a A'.� d a •�waUUa a C N N N N d m M n Q M N Oi T T O T�i T v�i 0 0 T T T T 0\ V N V r 0 0 T T T T 0 0 T T T T 0 T T V O N T O� N N N 0000000°oo oFFFFFFxFF �xxxxxx xx �aaaaaa`^aa Ca A ai N O^ A ry F.ao�ytiN 9' `�' ��n000�a Nq '^ 4 4 Z n z� N N W N N H O M M _ $ Ci Una>vFiE'MF� ca y q � J5 3 G o C y.s + +w"++ w 3 A c ,azzz6 M z e s cCi .Q..A- 5555w.. P". .0.. o 0 0 0 0 U U C U U C IS. U U C C y A A A Uwv. a .o 3 fi 0 0 V1 n 0 0 N N 0 0 N 0== o N o a v N N o N W �=�=��==== �uuuuuuu U .............. ......000UUUUU �aaaaaaaa 'dd tiddddd tidd ti¢¢¢¢¢d¢d ti��ti�ti���ti�titititi� ti a¢¢dd¢d ¢¢¢¢¢¢¢¢¢¢¢¢¢¢¢ v X a k k k ti $ vitiN n nr'n n��o �.:y y'vN'.y N OQOQOQ��j �jOd W vFF Odw06 W Od W Ode'; aFP7 Z �, � � ❑ � � o PF7 F P7F v,FF F W F, F W F F F F v,F F F F. F F. o 0 0 0 c U U W W d d U d d U d Q U U U U d d d U d Q U d d d d UU UU W W � a WUW WUW WUW Wa Wam WWI WU WU WU WU WU WU WU 'A 'A ' 0. P . 6 N 0000gvkiXi'j�'4? CN YYhvki----'---EEE -- F F F F F F F F F F CD CD o C7 C7 C7 C7 C7 C7 C7 C> [> [7 o C> 0 0 0 0 O 10 w w w w w w w w w M 0 0 55555555555555�5555�5 0 0 0 0 0 0 0 0 0 0 0 o C a a a o C o � M aaaaaaaaaaaaaaaaaaaaa c c y y c c y y c c y y� C c y c o y y c c y y c c y y c a❑ y y y o v c o :: ry ry V _Ly o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O v v v v M M n n. M v v ... M M M M M M M M n M M M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r U U U U U V U U U U U U �j U F. Fv+� . F F F N N F d d 6 d d d d d d d d d Q 6 Q W a c �x s 0 s 0 $ x o K . 2xFd.ien-xpp ANmqq pa° kkw�n.k. A 3 ag42a�VQti aSk3 a °88,a�N�kS �S50gaw�, a io c, oo F-. pp7 p> pp> p p7 p77 pp> p 77 � a a a a a a a a a o 0 0 aaaaaaaaaaaaaaa Fypy F Fypy F F F FEE F F F F F^� aaa G O O ~ S .- �000000000000000 �°'�°'aaa aaaaaaaaaaaa aaaaaaaa m 3 y i o m 0 0 a a 0 0 a a 0 0 a v 0 0 a v 0 0 a a 0 0 v a 0 0 U � UUUUU V U U 4 UUUUU �jUU U ti ti ti ti ti F F ti ti Q d d d d d yFy Q 6 d d y y y y c � a o o 0 0 0 U V U U U U U U U 12 �a�aaaaaaa Q 6 V 0 0 0 aauu5 M v '¢c4 c4��FF�00 c� aaa a a a q Q o 0 0 o a a Q �58�8� �M000000000 oaaaaaaaaaa amp m N N N N v �v v v o �o N a a FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Gra-Tex Utilities, Inc., Subject of the Agreement: Water and Sanitary Sewer Replacement Contract 2019 WSM-L Project Part-1 M&C Approved by the Council? * Yes 9 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 9 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes 8 No ❑ If only specific information is Confidential, please list what information is Confidential and the page it is located. Page 122 & 123 Effective Date: 02/10/2026 If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes ® No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 103380-1 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ® No ❑ Contracts need to be routed for CSO processing in the followingorder: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.