Loading...
HomeMy WebLinkAbout064924 - Construction-Related - Contract - Gra-Tex Utilities, Inc.FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF CSC No. 64924 Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department .TEE OF TF \1 j ......................... �.•...•:* 1� RYLEY ...PAROULEK 0 144188 ; THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY RYLEY C. PAROULEK, P.E. 144188 ON 11/5/2025 . ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. Prepared for The City of Fort Worth Water Department 2025 Westwood TX REG. ENGINEERING FIRM F-11756 4060 Bryant Irvin Road, Fort Worth, Texas 76109 (817) 412-7155 Fax (817) 412-7156 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH,.. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 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 09/19/2025 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 Prequalification's 08/13/2021 0045 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 9/19/2025 0061 13 Performance Bond 12/08/2023 0061 14 Pa ment Bond 12/08/2023 0061 19 Maintenance Bond 9/19/2025 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 09/01/2025 00 73 00 Supplementary Conditions 9/19/2025 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 012975 Ma4er-ials On Hand n i, n�-5 01 31 19 Preconstruction Meeting 09/01/2025 01 3120 Project Meetings 07/01/2011 0132 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 09/19/2025 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 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 0177 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.2ov/tpw/contractors/ or https:Happs.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 02-4�-3 Coto tiye SAe Demolition io t� 22 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 0334 13 Controlled Low Strength Material CLSM 03/07/2025 n334t � v�ry 12/20 2nt � rtravravzz 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 3123 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 34-36--N Gabiei+s , 2 /�Q 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 nono /S 32 1216 Asphalt Paving 6/07/2024 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1 7 7'2 �� 12 /2042012 r�-avravzz 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 �r2�-avn12 324446 1/2nravzz/2 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 32-34-44 /''L.ai Feaees �� 12/�12 2 � 1 M Tc�rzv Wire Fo. ees .,tea Cft4es 12/2n/2n12 rLravravzz Z7�� WeedFo. ees era r_.� 12/'l�-20420iz 32-32-4- 06 /no c�-9 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 32947n -z-T 05/1�L2021 v�rra-�vzz 32 07 1 cGfass10 /06QO 13 � ,�3 Trees and Shrubs- 1 71 /7zz 20,9012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television CCTV Inspection — Storm Drain 12/08/2023 3303 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 73-n�4 va-adr12r20r/2012 3 nn 1 2Magnesitimysteffl.12/20QO12 33 04 30 Temporary Water Services 09/19/2025 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 33-0546 Cene,-ete Water- Vaults 1 � /�ti 3305 17 Concrete Collars 03/11/2022 3-3 �Auger-12/2042012 33 nc 2 77--v�-zT T,,i+nel T :.- e Dl.,+o 12/2042012 rtravravzz 33 05 22 Steel Casing Pie 12/20/2012 Z2 12/20,9012 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 PVC Pressure Pie 09/09/2022 32 11 13Pr-essufepe,ype03/07 O2c 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 Z = 12/20,L2012 33 1220 Resilient Seated Gate Valve 05/06/2015 3 =BtAter-flyNalvess4 /�-9 33 1225 Connection to Existing Water Mains 02/06/2013 33 t 2Zn �v 12/20 2012 r�-avravzz 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 9 06/ 19Q 33341� -z rLravravzz 12/20, 201 3 Z 3 i Z �� 12/20 2012 iz-2vrsvzz 33 3 i s-Pelyethylene04 /23, 2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pie 09/09/2022 Poly -vinyl Chloride Closed Pr-efile Gr-a-vity Sanitar-y Sewer- 3'2�T (PVC) Pipe , 2zzr20QO 12 Trrrza rLravravzz 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 /�Q 3339 10 Cast -in -Place Concrete Manholes 12/13/2024 33 39 20 Precast Concrete Manholes 12/13/2024 33-3940 Fiberglass Manholes 1 2 / 1 3 Q024 33-39-40 , 2 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 334444-Polyethyleneer-i 240/24i W43Q � 33 44-4- 06 i io 0/202i 3- 4240404-2 33 � � n i �--Tv-vT 07/0 20 i mrv�rsvzz 32 6 2 �n= Troreh Pr -a rs 070O1 i own 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/13/2024 33 49 20 Curb and Drop Inlets 03/11/2022 33 �� nn ---r��v mini 20 i mrvrr�viz Division 34 - Transportation 34-4440 42 44�i � n n�,-4 -� A ehme� n rl� et Q iis tt� t� E6"t1:6 3 n not 2 3 n n�o3 A#aehmefft C Saftwafe Speeifieatkm n i�� 3 nt ii 44i12Q043 34 44-4-03 i�22 3 � t 20 i 20,Q0» �rrrzv rLravravzz 34nt 20niReadway06/ cQ0 5 34n t �Fr-eeway06/15QO15 34 n�o3 Residen4ial LED Roadway Luminaifes n6iio c�15 34nt NAluminidm W42,Q0i3 34-4450 02i -6 3471 13 Traffic Control 03/22/2021 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Small Business Utilization Form GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 ACITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FoRTWoRm DATE: 2/10/2026 REFERENCE **M&C 26- LOG NAME: 60WSSC21 WSMF- NO.: 0116 GRATEX CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7 and CD 10) Authorize Execution of a Contract with Gra-Tex Utilities, Inc., in the Amount of $14,595,928.00, for Water and Sanitary Sewer Replacement Contract 2021 WSM-F Project, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program, and Amend Transportation and Public Works Department's Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Gra-Tex Utilities, Inc., in the amount of $14,595,928.00 for Water and Sanitary Sewer Replacement Contract 2021 WSM-F project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $13,386,699.00, from available PayGo residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract 2021 WSM-F project (City Project No. 104668) and to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations in Water and Sanitary Sewer Replacement Contract 2021 WSM-F project (City Project No. 104668) in the amount of $1,649,150.00, and decreasing estimated receipts and appropriations in the Contract Street Maintenance programmable project (City Project No. P00020) by the same amount; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Drainage Rev Bonds Series 2023 Fund, by increasing receipts and appropriations in the Water and Sanitary Sewer Replacement Contract 2021 WSM-F project (City Project No. 104668) in the amount of $1,098,743.00 and decreasing estimated receipts and appropriations in the Storm drain Pipe Rehab programmable project (City Project No. P00114) by the same amount; and 5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with Gra-Tex Utilities, Inc., in the amount of $14,595,928.00 for the replacement of cast iron water and deteriorated sanitary sewer mains as indicated on the following streets and easements: Street From To Scope of Work Western Camp Avenue Bryce Avenue Bowie Water Boulevard Western Avenue Pershing Avenue Pershing Avenue Alley between Pershing Avenue and El Campo Avenue Easement North of Pershing Avenue El Campo Avenue El Campo Avenue Alley between El Campo Avenue and Collinwood Avenue Collinwood Avenue Byers Avenue I.H. 30 Frontage Road land Avenue Thomas Place Neville Street El Campo Water Avenue Tremont Water Avenue i Clover WWater Lane Penticost Sewer Street Camp Bowie Boulevard Streetost Sewer Street Hulen Street Clover Water/Storm Lane Drain Sanquinet Street Street Sewer Stree Kenley Street Eldridge Street Kenley Street Hulen Street El Campo Avenue Hillcrest El Campo Avenue Street Bryce Kenley Street Avenue Ashland El Campo Avenue Avenue remont El Campo Avenue venue Hulen Street Sewer East 175 1 feet of Water/Sewer Hulen IStreet East 175 F feet of Water Hulen `Street Camp r Bowie Water/Sewer Boulevard Camp r Bowie Water jBoulevard Hulen Street Water/Sewer North 100 Wa /ter S of rm feet Drain Camp Water/ Bowie Sewer/ Storm Boulevard Drain Alley between Collinwood Avenue and Byers Avenue F rleton enue Easement between Hillcrest Street and Thomas Place Easement between Bryce Avenue and Lafayette Avenue Easement south of Camp Bowie Boulevard Easement between Thomas Place and Clover Lane Thomas Place N. Caylor Road (East of Caylor Water Tank) -F 175 feet north and 190 feet west of the East 385 Collinwood Avenue/Hulen feet Street Intersection Bryce Avenue North 300 feet Bryce Avenue North 300 feet Sewer Sewer Sewer 200 feet west and 300 feet East 430 north of the Bryce Avenue / feet Sewer Thomas Place Intersection F Thomas Place r Camp Bowie Boulevard Camp Bowie Boulevard 179 feet south of the Bickmore Lane / N. Caylor Road Intersection Tremont Sewer Avenue South 555 Sewer feet Lafayette Water Avenue West 343 feet on Caylor Storm Drain Water Tank site The proposed storm drain improvements (for which Water Department is responsible) on the Water Department's Caylor Water Storage site will alleviate a flooding problem on private property adjacent to the tank site. Additionally, asphalt pavement rehabilitation curb to curb will be conducted on all roadways subsequent to the water and sanitary sewer main replacement. The project was advertised for bids on November 5, 2025 and November 12, 2025, in the Fort Worth Star -Telegram. On December 11, 2025, the following bids were received: Bidder Amount Time of Completion Muniz Construction, Inc.* $12,034,515.00 F SYB Construction Co., Inc.* $13,987,986.43 Jackson Construction, Ltd.* $14,462,516.00 Gra-Tex Utilities, Inc. $14,595,298.00 750 Calendar 1 Days goody Contractors, Inc. $14,878,902.00F William J. Schultz, Inc. dba Circle C Construction Company $15,125,802.50 Western Municipal Construction of Texas, LLC $17,756,127.00 *Muniz Construction, SYB Construction and Jackson Construction have been determined to be non- responsive to the contract documents by failing to comply with the City's Small Business Ordinance. Staff recommends award of the contract to Gra-Tex Utilities, Inc. which submitted a responsible and responsive bid on the project. Gra-Tex Utilities, Inc. has met the City's Small Business Goal. The Water Department's share of this contract is $12,042,834.00 (Water: $9,063,490.00; Sewer $2,979,344.00). The Transportation & Public Works Department's share of this contract is $2,553,094.00 (Paving: $1,649,150.00; Stormwater: $903,944.00). In addition to the contract amount, $951,660.00 (Water: $635,543.00, Sewer: $211,712.00, and Stormwater: $104,405.00) is required for project management, material testing, and inspection, and $587,004.00 (Water: $362,540.00, Sewer: $134,070.00, and Stormwater: $90,394.00) is provided for project contingencies. This project will have no impact on the Water Department's operating budget when completed. The sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the Water Department. Approximately 14,972 linear feet of cast iron water and 5,975 linear feet of deteriorated sanitary sewer pipe will be removed and replaced as part of this project. The storm drain component of this project will repair a portion of the existing storm drain system, which requires rehabilitation to ensure continued drainage system performance and improve future maintenance of the system. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. Funding for this project was not included in the Transportation and Public Works Department's FY 2026-2030 CIP plan due to the project need and funding source were not known at the time of its development. The action in this M&C will amend the Transportation and Public Works Department's FY 2026-2030 CIP plan as approved in connection with Ordinance 27979-09-2025. Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund, Storm drain Pipe Rehab project within the Drainage Rev Bond Series 2023 Fund and in the Unspecified -All Funds project within the Water and Sewer Capital Projects Fund for the purpose of funding the W/SS Contract 2021 WSM-F project. Appropriations for the W/SS Repl Contract 2021 WSM-F project as are depicted below: Fund General Capital Projects - Fund 30100 Existing Additional project Total* Appropriations Appropriations Storm Water Capital Projects - Fund 52002 W&S Capital F_ Projects - Fund 56002 $0.00 $1,649,150.00 $1,649,150.00 1 $0.00 $1,098,743.00 $1,098,743.00 -F_ 7 $846,841.00 $13,386,699.00 $14,233,540.00 Project Total $846,841.00 $16,134,592.00 $16,981,433.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICTS 7 and 10. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified -All Funds project within the W&S Capital Project Fund, the Contract Street Maintenance programmable project within the General Capital Projects Fund, and in the Stormdrain Pipe Rehab project within the Drainage Rev Bonds Series 2023 Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects, General Capital Project, and the Drainage Rev Bonds Series 2023 Fund for the W/SS Contract 2021 WSM-F project to support the execution of the construction contract. Prior to an expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID I ID Year I (Chartfield 2) FROM Fund . Department Account Project Program Activity Budget Reference # Amount ID ID Year I (Chartfield 2 Submitted for City Manager's Office by_ Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 1295 Form WSM-F.pdf (CFW Internal) 60WSSC2021 WSMF-GRATEX Map.pdf (Public) 60WSSC21 WSMF-GRATEX FundsAvail.docx (CFW Internal) ORD.APP 60WSSC21 WSMF-GRATEX 30100 A026(R3).docx (Public) ORD.APP 60WSSC21 WSMF-GRATEX 52002 A026(R4)_(1).docx (Public) ORD.APP 60WSSC21 WSMF-GRATEX 56002 A026(R2).docx (Public) PBS CPN 104668.pdf (CFW Internal) Revised 60WSSC21 WSMF-GRATEX FID TABLE (WCF 01.02.26)_(1).xlsx (CFW Internal) 9 E E w D _ E E 0 " o a s 0 w c o aca o 0 0 0 ., w E c f w e r' ' c u .n c ° _ ' .n ° w e c u° wl g c 3 3 oa 'a 3 r r c 3 a r �°+ r u° u vi a u° 0 00 0' n n 00 n n 0 00 0 0 0 0 n 0 0 . o 0 0 o v 0 0 118.1 ` 0 0 0 0 0 0 0 0 0 0 000 loo Iq e e w `a° m o rwn w m M m M m a e m m � z"•' t� o c� o ti w oo oS 00000000 0"""�"o� ow w •SS w w w S� o SSoS w o w o08� wu �8o w w o Sa w w w SoowSwSBo�Sao8o8So�o�o� w w w w w w w w w w w w w w w w w w w w w .. S .+ S o o .+ S .� S •. oSo .. SS 0 0 oo� o uoi o a �S� a m o 0 0000. o o 0 a n 0 o n m N o o . 0 0 .S000S o. 0 0 0 0 0 o• 0 o 0 m o 0 0 .+ 0 .+ .. 0 0 .� 0 .+ .. 0 0 .+ .. 0 0 o 0 o• o 0 '+ 0 .� 0 .. .. 0 0 0 0 0 0 0 0 0 o 0 0 m m 0 0 0 0 m m 0 0 0 0 m m 0 0 0 0 " 0 0 " 0 0 `i " 0 0 0 0 a a a a 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) MkIIIZ17MOCO1[Y_ IX11 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 CITY OF FORT WORTH Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 ADDENDUM NO. 1 Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Storm Drain Improvements Unit IV: Paving Improvements ADDENDUM RELEASE DATE: December 3, 2025 BID RECEIPT DATE: December 11, 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Water and Sanitary Sewer Replacements Contract 2021, WSM-F (CPN 104668) are hereby revised by Addendum No. 1 as follows: 1. Project Manual section 00 11 13 INVITATION TO BIDDERS shall be replaced with section 00 11 13 INVITATION TO BIDDERS, attached in this addendum. Changes include: • Update to the total asphalt pavement replacement of 53,500 SY. 2. Project Manual section 00 41 00 BID FORM shall be replaced with section 00 41 00 BID FORM, attached to this addendum. Changes include: • Update to prequalification item G, to allow for both types of manhole liners with this project. 3. Project Manual section 00 42 43 PROPOSAL FORM shall be replaced with section 00 42 43 PROPOSAL FORM, attached to this addendum. Changes include: • Revised item description for Unit 1 Item 22, new description: 'A' Wide- Reinforced Concrete with 2" Asphalt Overlay". • Revised quantity for Unit 1 Item 98, new QTY should be 30 SY. • Decimals and rounding errors on miscellaneous items fixed. Please ensure you are using the updated excel spreadsheet when bidding. No items should have decimals. 4. Project Manual section 00 45 12 PREQUALIFICATION STATEMENT shall be replaced with section 00 45 12 PREQUALIFICATION STATEMENT, attached to this addendum. Changes include: • Revised major work type to allow for both types of manhole liners with this project. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 5. Plan Sheets, sheet number 67 TYPICAL SECTION shall be replaced with sheet number 67 TYPICAL SECTION, attached to this addendum. Changes include: • Revised the curb and gutter note on sections that will have new curb and gutter installed based on a city representative's final decision in field. 6. Small Business Utilization form shall be added into the end of the bid documents, attached to this addendum. 7. Project Clarifications During the pre -bid meeting, the attendees asked the following questions and the City of Fort Worth responded in the following manner: Question 1 Is an estimated cost available? Response 1 The project estimate is $13.5-14.5 million. Question 2 Is Armorock polymer concrete an alternate for the manholes calling for corrosion protection? Response 2 No, this is not an acceptable alternate for manholes requiring corrosion protection. Question 3 Item 43 and Item 44 in Section I total 22,927 SY of 3" Ty D Asphalt, and likewise for Item 51 and 52 on the Pulverization. That is the approximate total of all Pulverization & 3" Ty D on the Paving Key maps. Where is the additional 12,563 SY in Item 3 and Item 5 of Section IV? Response 3 There was a typo on the instruction to bidders worksheet that showed 36,000 SY of asphalt paving, which may be leading to this confusion. The total asphalt amount should be approximately 53,500 SY of asphalt paving. Question 4 Is there a pre bid sign in sheet available? Response 4 No, with the meeting being virtual we did not obtain a sign in sheet. Question 5 Is there an estimated project value for this project? Response 5 The project estimate is $13.5-14.5 million. Question 6 Is there an actual/estimated start date for this project? Response 6 Low bid contract will likely be taken to council in February 2026. Notice to proceed will likely be sent out in March/April, as the city is requiring the contractor to mobilize to Caylor Tank project site first, and commence with construction. Question 7 On plan sheet 67 — Typical sections the sections show for proposed curb and gutter on both sides for Collinwood, Tremont, Hulen, Bryce, Byers, El Campo, & Pershing. Is it the intent to completely remove replace all curb and gutter and driveways for 100% on these roadways or will the limits be based on spot areas designated in the field by a city representative. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 Response 7 No, it is not the intent to remove and replace 100% of the curb and gutter and driveways on these streets. The typical section sheets have been updated to add a note to clarify. The plan is to remove and replace 5LF of curb line for each water service needed to be installed, as well as replace any broken curb and gutter and driveways within the pavement limits, that will be determined in the field with a city representative. Question 8 Is the city allowing only Chesterton manhole lining, or is Warren acceptable as well? Response 8 Both options for manhole lining are acceptable. Question 9 Clarification on Unit I Item 103 & 104. Is the CLSM required for the Caylor Tank storm improvements to be subsidiary to Item 104: 4' Storm Junction Box w/ CLSM Backfill? Or is that covered under item 130: Imported Embedment/Backfill, CLSM? Response 9 Item 104 calls out the CLSM to reiterate that it is required around the 4' storm junction box. The CLSM required will be paid underneath the bid item 103 in Unit I. Question 10 There are discrepancies in the pavement replacement qty's on the plans and the bid item under Unit I Item 98 for the pavement repair with the Caylor Tank project, please clarify? Response 10 The SF of pavement replacement on the plans is correct. The bid item under Unit 1 item 98: Asphalt Pvmt Repair Beyond Defined Width, Residential (Caylor Tank), should have a total quantity of 30 SY. Question 11 Bid item description under Unit I Item 22 is for trench replacements for an 8" concrete section with 6" of asphalt, however the plans show on the typical section that the section should have a 2" overlay, which appears to be for the Hulen Street trench repair. Can the city clarify? Response 11 Bid item description under Unit I Item 22 has been updated to read: 4' Wide- Reinforced Concrete with 2" Overlay. This bid item corresponds to trench detail 3 on sheet 72 and is intended for use on Hulen Street. The proposed reinforced concrete thickness is to match existing reinforced concrete thickness or a minimum of 11 inches. Detail 3 on sheet 72 is also for use on El Campo under Unit I bid Item 20. The concrete thickness for El Campo is to match existing reinforced concrete thickness or a minimum of 9 inches. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 This Addendum No. 1 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1" A signed copy of Addendum No. 1 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 1 RECEIPT ACKNOWLEDGEMENT: By--Z22 Company: W bl&- L� Address: P O &x 1038 City: KeAe"le State: Tom_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Chris Harder, P.E. Director, Water Department By: 12103/2025 Tony Sholula, P.E. Assistant Director, Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No 104668 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 2021, WSM-F City Project No. 104668 ("Project") will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openopportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 11", 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at the 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https:Hvendorsupport.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: • 15,000 LF 8" water • 6,500 LF 8" sanitary sewer • 34 sanitary sewer manholes • 596 LF storm drain box culvert • 4 storm drain manholes • 2 storm drain inlets • 53,500 SY asphalt paving • 300 SY concrete paving 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. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Monday, November 17`h, 2025 TIME: 11: 00 A.M. CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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 Date: Wednesday, November 5"', 2025 Second Date: Wednesday, November 12', 2025 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised 2/08/24 9Z6LZ-X 1-WSM 'IZOZ 13VIU NOO S1N3WRDVld3N -dgMHS A-dVIIMVS JNV HUYN ag a 3 �3 in - a a- N z m F F f cg €3�n °FkR z c� ` OC f#Qi ¢ W u _ a z ss m yi" oe oA v 8 121 a=m� O a H o z a off z dre�� 3.�x is d zo U 11 �ZS o�iS�H��j I I� a "� w� nk�z a�} z- �w za�mz - o F o N = w < ` _ _ r pp oa ' F� 7 o - 2 - ` 0 2 ` a F ` w W p > 12 J a Q S n a f I m 6 12 g®MD®n� ;< w�� J, d< mm a� _ _ wnn N�, Moa x3 - - � a a Moa x3 - - �" I I I I - - - - - - amw - <m a�z= aH wwl- lzo— =z.— I� ^¢ �N > - ox = on n w e a< o a a < " w 5 r wn rc w n 3 = J 3 3 LIB - O O� iB wmn wmn �G _ �zE �E zo ��3 �z3> ��3> .oax3 -- as a xoa x3 -- moa x3 -- aaka Moax3 -- Tew n�cz � zozizoizi c d E c O \ N x L F F 0 3 L � V A W V A m W� Q a N m C � cn U W N O ur W 00 � C7 .c E � a ca m w U ❑ W A � O � a a d ) m a O z° d w z ❑ O F a, F z 0 LU w G Ccc Q% LU LL Z L m 0>- r UO W EE200 Oho L �_Ow w�_ a) x.E� t O L._ amUa aZm U.6am U U U A n L L cr a z U U Z A A 0 " y O O 04 a O Ln U U ° � u O w U O w U D H R z H v z H H a � a a W 0 Q O O O O W W A Cr A C: A ° 9z ° z m d U a W U 4 U a W U 0 N N 0) (6 d Lf ) N CO 0 •a ^a a U U U Q Q z A ❑ A ❑ A ❑ G I*4 E z z z W U o U o U o a ❑ ❑ ❑ cd F v� F z 6A F F z Go., F On F z 6A a a a a a a O O O Q � F F O O O U U U O O O w w w ej QM QM QM ci ca � a w U z ra �u At w u z a Qv a w U v 0 Cl) N 0) Ln N CO 0 G bOA U 0 U 'C O � N a, � a v� � O s, y O Z3 t O 0 O � O CA C a � � � O � � z 0 0 0 z O d d d d a Q Q Q cd cC cd F 0 0 0 O El A O m z _ R Q O U I m W 21 •i, 0 le aD ca a. LO N O N m CITY OF FORT WORTH Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 ADDENDUM NO. 2 Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Storm Drain Improvements Unit IV: Paving Improvements ADDENDUM RELEASE DATE: December 9, 2025 BID RECEIPT DATE: December 11, 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Water and Sanitary Sewer Replacements Contract 2021, WSM-F (CPN 104668) are hereby revised by Addendum No. 2 as follows: 1. Project Manual section 00 42 43 PROPOSAL FORM shall be replaced with section 00 42 43 PROPOSAL FORM, attached to this addendum. Changes include: • Remove and Replace Storm Drain bid items added for water lowering's, where laterals may need to be replaced across open trench. • Irrigation Allowance bid items added to Unit I and Unit III, for excavation and work in areas with potential irrigation. $25,000 for each item. • Adjusted Gate Valve quantities. • Trench paving items added to Unit III for storm replacements on El Campo Avenue. • Trench paving items added to Unit II for sewer replacements on Hulen Street. 2. Project Manual section 00 52 43 AGREEMENT shall be replaced with section 00 52 43 AGREEMENT, attached to this addendum. Changes include: • Revised total days of project from 650 days to 750 days. 3. Project Clarifications During the pre -bid meeting, the attendees asked the following questions and the City of Fort Worth responded in the following manner: Question 1 There are no bid items for remove and replace storm drain pipe. We cross a few different SD laterals with our WL lowering's and will likely have to remove CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 and replace a joint of pipe. Could we get a remove and replace item for 18" and 21" storm drain? Response 1 The contractor, to the best of their ability, shall protect existing storm drain laterals when excavating for the water line lowering under the storm. Yes, the city will add items for an as needed basis. Question 2 There is no item for irrigation allowance, could you add the item and give a prebid total? Response 2 There will be irrigation allowances added to the project in Unit I and Unit III, with $25,000 for each. Question 3 Some of the proposed waterlines don't call for new gate valves to be installed. Could you add additional 8" gate valves to the quantity so that we can install at least one new gate valve on each line, if necessary? Response 3 Thought behind leaving the existing gate valves was that many of those valves have been replaced in the last 5-10 years, and should be able to handle testing as they are fairly new. Quantity has been updated and adjusted to limit issues with old leaky valves during construction. Question 4 There is no item for the permanent asphalt trenching over the storm drain on El Campo, as well as the additional width beyond defined width item. Response 4 We will add both items with this addendum, under Unit III. Question 5 There is no item for the 4' wide reinforced concrete with 2" asphalt overlay, for the trenching on the sewer installation in Hulen Street, as well as the additional width beyond defined width item. Response 5 We will add both items with this addendum, under Unit II. Question 6 The 650 days given do not appear to be enough time for this project. Response 6 City will update the 650 days to 750 days. Question 7 It is unclear what to do on the streets that are to be pulverized but have a concrete base, there needs to be a milling item to remove the asphalt on those streets. Also, the flex base item is only 6", but when you take out 8" of concrete on a street, you're going to have to go back with 8" of base. If flex base is going back in, what is the pulverization and stabilization item for? Response 7 Here is how TPW and the Water Department would like for the following scenario to be constructed on streets with an existing concrete base that will be replaced with flex base: • Utility contractor to cut a trench for utility installation, in which the concrete base removal will be subsidiary. • After utilities are installed, temporary trench repair over open trench width. • The Paving Removal Specification (02 41 15, Section 3.4.1-1) requires a 2" - 3" undercut as part of the pulverization process. The contractor should perform this asphalt removal first to expose the underlying concrete. This milling/undercut cost should be included in the POL price, so no additional CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 asphalt milling item should be used. (i.e. asphalt milling cost is subsidiary to POL cost) • Under the same specification (02 41 15, Section 1.2.A.1.a), the concrete paving removal is paid by square yard regardless of the thickness. Please also note Section 1.2.A.2.a, which states, "For utility projects, this Item shall be considered subsidiary to the trench, and no other compensation will be allowed." Therefore, concrete removed within the trench width for utility installation is subsidiary to the utility work. 6" Flex base will then be brought in to be installed. • With the stockpile of asphalt millings from earlier, contractor will now mix millings in with the 6" of flex base, and cem-lime stabilize the new base at a rate of 32LB/SY. • Once base work is complete, contractor to install 3" Asphalt Pvmt Type D. This Addendum No. 2 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" A signed copy of Addendum No. 2 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 2 RECEIPT ACKNOWLEDGEMENT: By�Z L4A' Company: Ora -THY U�; 1. ke-5 14L, Address: Po &Y 1a38_ City:K nos- State: ?)C CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Chris Harder, P.E. Director, Water Department By: %a J "I'&k, 12/09/25 To S olula, P.E. Assistant Director, Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No 104668 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on , 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 , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 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 Dollars ($ ). 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 seven hundred and fifty (750) days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City six hundred and twenty- five Dollars ($625.00) 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 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. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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: Lo Signature (Printed Name) Title Address City/State/Zip Date City of Fort Worth Lo Jessica McEachern Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: 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 requirements. (NAME) (Title) Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, P.E. Director, Water Department CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Prjest Item kx-ion Bidliat Item Descnptiw Specification S-m No. Unit of Bid No. M-ac Qnaaity Bidder's Proposal Unt Pnoe Hid Vake Unit I - Water Improvements 1 3311.0261 8" PVC Water Pipe 33 11 12 LF 14,105 2 3311,0251 8"DIP Water 33 11 10 LF 609 3 3311,0161 6"PVC Water Pipe 33 11 12 LF 258 4 3312.0117 Connection to Existina 4"-12" Water Main 33 1225 EA 42 5 3312,2001 1" Water Service, Meter Reconnection 33 1210 EA 373 6 3312,2003 1" Water Service 33 12 10 EA 373 7 3312,2004 1" Water Service,. Private Relocation 33 12 10 LF 50 8 3312,2201 2" Water Service, Meter Reconnection 33 12 10 EA 9 9 3312.2203 2" Water Service 33 12 10 EA 9 10 3312.3003 8" Gate Valve 33 12 20 EA 62 11 3312.3002 6" Gate Valve 33 1220 EA 20 12 3312,0001 Fire Hvd-t 33 1240 EA 18 13 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 6 14 0241.1301 Remove 4" Water Valve 024114 EA 2 15 0241.1302 Remove 6" Water Valve 0241 14 EA 9 16 0241.1303 Remove 8" Water Valve 0241 14 EA 14 17 0241.1400 Remove Conc Vallev Gutter (50150) 0241 15 SY 261 18 0241.1400 Remove Conc Vallev Gutter(100%Water)(Thomas. Western S. Hillcrest) 024115 SY 52 19 0241.1402 Abandon 6" Water Valve 024114 EA 2 20 3201.0111 4' Wide Asphalt Pvmt Repair. Residential 32 Ol 17 LF 3.684 21 3201.0201 Asphalt Pvmt Repair Beyond Defined Width. Residential 32 01 17 SY 300 22 3201,0121 4' Wide- Reinforced Concrete with 2" Asphalt Overlay 3201 17 LF 1,160 23 3201,0202 Asphalt Pvmt Repair Beyond Defined Width Arterial 33 01 17 SY 300 24 3201.0614 Cone Pvmt Renair, Residential 32 01 29 SY 484 25 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 14,757 26 13216.0301 7" Conc Vallev Gutter, Residential (50150) 32 1613 SY 261 27 3216,0301 7" Conc Vallev Gutter, Residential (100% Water) (Thomas, Wester S, Hillcrest) 32 1613 SY 52 28 3305.0117 Concrete Collar for Valve 33 05 17 EA 59 29 3305.0111 Valve Box Adiustment (50150) 33 05 14 EA 19 30 3305.0111 Valve Box Adiustment (100% Water) (Thomas. Western S. Hillcrest) 3305 14 EA 13 31 3305,0107 Manhole Adiwintent, Minor (50150) 3305 14 EA 6 32 3305.0003 8" Waterline Lowerina 3305 12 EA 24 33 3305.0109 Trench Safetv 33 05 10 LF 720 34 0241.1510 Salvage Fire Hydrant 0241 14 EA 10 35 0241.1800 Remove Speed Cushion (50/50) 0241 15 EA 2 36 9999.0001 Speed Hump (50150) Non -Standard Item EA 2 37 0241.1001 Water Line Grouting 0241 14 CY 23 38 0241.1218 4"-12" Water Abandonment Plua 024114 EA 14 39 0241.1506 2" Surface Milling (50/50) 0241 15 SY 6,081 40 0241.1506 2" Surface Milling (33133/33)(Water/Paving/Stoarmater) 024115 SY 514 41 3212.0302 2" Asphalt Pymt Twe D (50150) 32 12 16 SY 6,081 42 3212.0302 2" Aanhalt Pvmt Twe D (33/33/33) (Water/Pavina/Stonrn ater) 32 12 16 SY 514 43 3212.0303 3" Asphalt Pvmt Twe D (50150) 32 12 16 SY 12,563 44 3212.0303 3" Asphalt Pvmt Twe D (100% Water) (Thomas, Weatem & Hillcrest) 32 1216 SY 10,364 45 3305.0110 Utility Markers 33 05 26 LS 1 46 3304.0101 Temporary Water Services 33 04 30 LS 1 47 0241.1000 Remove Conc Pvmt (50150) 0241 15 SY 8,617 48 3211.0112 6" Flexible Base, Twe A. GR-1 (50150) 32 1123 SY 8.617 49 0241.1300 Remove Conc Curb & Gutter (50150) 0241 15 LF 3,538 50 0241.1300 Remove Conc Curb & Gutter (100% Water) (Thomas, Western & Hillcrest) 0241 15 LF 530 51 0241.1700 I1" Pavement Pulverization (50150) 024115 SY 12,563 52 0241.1700 11" Pavement Pulverization (100% Water) (Thomas. Western S. Hillcrest) 0241 15 SY 10,364 53 3216.0101 6" Conc Club & Gutter (50150) 32 1320 LF 3,538 54 3216.0101 6" Conc Curb & Gutter (100% Water) (Thomas, Western & Hillcreat) 32 1320 LF 530 55 0241,0401 Remove Concrete Drive (50150) 024113 SF 3,684 56 0241.0401 Remove Concrete Drive (100% Water) (Thomas. Western S. Hillcrest) 0241 13 SF 171 57 3213.0401 6" Concrete Drivewav (50/50) 32 1320 SF 3,684 58 3213.0401 6" Concrete Drlvewav (100% Water) (Thomas, Western S. Hillcrest) 32 1320 SF 171 59 0241,0100 Remove Sidewalk (50150) 0241 13 SF 855 60 0241.0100 Remove Sidewalk (100% Water) (Thomas, Western & Hillcaest) 0241 13 SF 350 61 3213.0301 4" Conc Sidewalk (50150) 32 1320 SF 1,398 62 3213.0301 4" Conc Sidewalk (100% Water) (Thomas, Western & Hillcrest) 32 1320 SF 350 63 3213,0311 4" Conc Sidewalk. Adincent to Curb (50150) 32 1320 SF 15 64 3213.0311 4" Conc Sidewalk, Adi-m to Curb (100% Water) (Thomas. Western & Hillcrest) 32 13 20 SF 350 65 3212.0401 HMAC Transition (50150) 32 12 16 TN 50 66 3212.0401 HMAC Transition (100% Water) (Thomas, Western S. Hllcrost) 32 12 16 TN 30 67 3349.5005 Remove and Replace Inlet Ton, 5' 33 49 20 EA 1 68 3349.5006 Remove and Replace Inlet Ton, 10' 33 49 20 EA 2 69 3291.0100 Twaml (50150) 3291 19 CY 100 70 3292.0100 Block Sod Placement (50150) 3292 13 SY 300 71 3312.0002 Water Sampling Station 33 12 50 EA 1 72 3471.0001 Traffic Control 3471 13 MO 11 73 3471.0003 Traffic Control Details 3471 13 EA 1 74 3217.0102 6" SLD Pvmt Marking HAS (Y) (50150) 32 1723 LF 6,600 75 3217.0102 6" SLD Pvmt Marking HAS (Y) (100% Water) (Thomas. Western S. Hillcrest) 32 17 23 LF 6,600 76 3217.0201 8" SLD Pvmt Marking HAS (W) (50150) 32 17 23 LF 50 77 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bare (50150) 32 1723 1 LF 1 43 78 132170504 Preformed Thermoplastic Contrast Markings - 24" Stop Bare (100% Water) (TTromua. Western S. Hillcrest) 32 1723 LF 24 79 13217.1003 Lane Legend DBL Arrow (50150) 32 1723 BA L 2 woRrN STANDPARD CONSTRUCTION SPECIP-HON pOCUMENTS amimd911912025 N 4100 B1d Proposal Wokboo, Addrndwn 2 np-1-5 (2) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Prjest Item INormation Bidlist Item Dewnptioo Specification Sect -No. Unitof Bid No. I Meal Quantity bidder's Proposal Uot Pnoe Hid Vake 80 3217.2103 REFL Raised Marker TY H-A-A (50150) 32 1723 EA 42 81 3217.2103 REFL Raised Marker TY II -A -A (100% Water) (Thomas. Western S. Hillerest) 32 1723 EA 20 82 3217.2104 REFL Raised Marker TY II-C-R (50150) 32 1723 EA 3 83 3211.3300 8" Cern-Lime Stabilization (a 32Lbs/SY (50150) 32 1133 TN 201 84 3211.3300 8" Cern-Lime Stabilization (a, 32Lbs/SY (100% Water) (Thomas, Western S. Hillcrest) 32 1133 TN 166 85 3305.0202 Imparted EmbedmentBackfill, CSS 33 05 10 CY 100 86 3305.0203 Inmorted EmbedmentBackfill, CLSM 3305 10 CY 100 87 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 88 0171.0101 Construction Staking 01 71 23 LS 1 89 0171.0102 As -Built Survev (Water) 017123 LS 1 90 19999.0002 Construction Allowance Non -Standard Item LS 1 200,000.00 $200,000.00 91 0171.0101 Construction Staking (Cavlor Tank) 01 71 23 LS 1 92 0171.0102 As -Stilt Survev (Cavlor Tank) 01 71 23 LS 1 93 0241.0500 Remove Fence (Cavlor Tank) 0241 13 LF 30 94 3110.0102 6"-12" Tree, Removal (Cavlor Tank) 31 1000 EA 2 95 3110.0103 12"-18" Trce Removal (Cavlor Tank) 31 1000 EA 2 96 3124.0101 Embankment by Plan (Cavlor Tank) 31 24 00 CY 30 97 3201.0117 10' Wide Asphalt Pvmt Repair, Residential (Cavlor Tank) 3201 17 LF 50 98 3201.0201 Asphalt Pvmt Repair Beyond Defined Width. Residential (Cavlor Tank) 3201 17 SY 30 99 3231.0113 6' Chain Link, Steel (Cavlor Tank) 3231 13 LF 30 100 3291.0100 Topsoil (Cavlor Tank) 3291 19 CY 175 101 3292,0100 Block Sod Placement (Cavlor Tank) 3292 13 SY 1,000 102 3305.0109 Trench Safetv (Cavlor Tank) 33 05 10 LF 343 103 3305.0203 Imported EmbedmentBackfill, CLSM (Cavlor Tank) 33 05 10 CY 135 104 3349.0001 4' Storm Junction Box W/ CLSM Backfill (Cavlor Tank) 33 49 10 EA 1 105 3349.7001 4' Drop Inlet (Cavlor Tank) 33 49 20 EA 1 106 3471.0001 Traffic Control (Cavlor Tank) 3471 13 MO 1 107 9999.0003 Tree Protection (Cavlor Tank) Non -Standard Item LS 1 1 108 9999.0004 Erosion Control (Cavlor Tank) Non -Standard Item LS 1 ] 09 9999.0005 24" PP Pipe (Cavlor Tank) Non -Standard Item LF 343 110 9999.0006 Remove and Replace Stomt Lateral. Small Diamteter (a 24") Non -Standard Item LF 24 111 19999.0007 Remove and Replace Stoml Lateral, Large Diamteter (> 24") Non -Standard Item LF 24 112 19999.0008 Irrigation Allowance Non -Standard Item LS 1 25,000.00 $25,000.00 Sub -Total Unit I - Water Improvements] $225 000.00 Unit 11- Sanitary Sewer Improvements[] 1 3331,4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 3120 LF 5.263 2 3331.1102 8" Pipe Enlargement 33 31 23 LF 712 3 3331.3101 4" Sewer Service, including 2-Way Cleanout 33 31 50 EA 196 4 9999.0009 4" Sewer Service, Reroute Non -Standard Item LF 1,200 5 3331.3314 4" Sewer Service, Reinstatement (For Pipe Enlargement) 33 31 50 EA 33 6 3339.1001 4' Manhole 33 39 10. 33 39 20 EA 33 7 3339.1002 4' Drop Manhole 33 39 10.33 39 20 EA 1 8 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 3,241 9 3201,0201 Asphalt Pvmt Repair Beyond Defined Width. Residential 3201 17 SY 176 10 3301,0001 Pre -CCTV inspection 330131 LF 4,750 11 3301.0002 Post -CCTV Inspection 33 01 31 LF 5.975 12 3301.0004 Final MH-CCTV Inspection 330131 EA 34 13 3331.0103 8" Sewer Pipe. Point Repair 33 3122. 33 3123 LF 100 14 0241,2001 Sanitary Line Grouting 024114 CY 47 15 0241.2102 6" Sewer Abandonment Plug 0241 14 EA 6 16 0241.2103 8" Sewer Abandonment Plug 0241 14 EA 10 17 0241,2104 10" Sewer Abandonment Plug 024114 EA 2 18 0241,2105 12" Sewer Abandonment Plug 0241 14 EA 2 19 3305.0109 Trench Safetv 3305 10 LF 5,263 20 3305.0112 Concrete Collar for Manhole 3305 17 EA 8 21 0241,2201 Remove 4' Sewer Manhole 0241 14 EA 22 22 0241,0100 Remove Sidewalk 024113 SF 399 23 0241.1000 Remove Cone Pvmt 0241 15 SY 197 24 0241.0401 Remove Concrete Drive 0241 13 SF 8.415 25 0241.1400 Remove Cone, Vallev Gutter 0241 15 SY 90 26 3213,0301 4" Conc Sidewalk 32 1320 SF 399 27 3201.0614 Conc Pvmt Relair, Residential 32 01 29 SY 197 28 3213.0451 6" Concrete Driveway 32 1320 SF 8.415 29 3216.0301 7" Cone, Vallev Gutter, Residential 32 16 13 SY 90 30 3291,0100 6" Topsoil 3291 19 CY 600 31 3292.0100 Block Sod Placement 32 19 13 SY 3.600 32 3471.0001 Traffic Control 3471 13 MO 5 33 3471.0003 Traffic Control Details 3471 13 EA 1 34 3125,0101 SWPPP > 1 acre 31 25 00 LS 1 35 0171.0102 As -Built Survev (Sewer) 01 7123 LS 1 36 10171.0101 Construction Staking (Sewer) 01 71 23 LS 1 37 3305.0113 Trench Water Stops 3305 15 EA 8 38 3339.0001 Evoxv Manhole Liner (Chesterton) 33 39 60 VF 191 39 3305.0202 imported EmbedmentBackfill, CSS 3305 10 CY 8 40 3305.0203 Imparted EmbedmentBackfill, CLSM 3305 10 CY 3 41 3301.0101 Manhole Vacuum Testing 330130 EA 34 42 3303.0001 Bwass Pumuing 3303 10 LS 1 43 9999.0010 Sag Adiustment Non -Standard Item LF 100 44 9999.0011 Construction Allowance Non -Standard Item LS 1 100,000.00 $100,000.00 45 3201.0121 4' Wide -Reinforced Concrete with 2" Asshalt Overlay 32 01 17 LF 185 46 3201.0202 Asphalt Pvmt Repair Beyond Defined Width Arterial 3301 17 SY 50 Sub -Total Unit 11 - Sanitary Sewer Improvements $100 000.00 woarN STAN CONHTRUCTION HPPCIFICATION pOCUMENTH xmimd119ll912025 00410061d Proposal Wokboot-AGJrndwn 2 ap­ IL9-ss (2) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pr Jett Item INormatioo bidder's Proposal 3idlNteltem Deacnplioo Specification Segiw No. Mt ofe QB^d'Y Unt Price Hid Vake :nit III - Stonn Drain Im nnvements❑ 1 0241.3001 Storm Line Grouting 0241 14 CY 274 2 3301.0012 Post -CCTV Inspection of Stamm Drain 33 01 32 LF 620 3 9999.0012 Remove Existing Arch Pipe Non -Standard Item LF 96 4 0241,4001 Remove Curb Inlet 0241 14 EA 1 5 3349.5001 10' Curb Inlet 33 49 20 EA 1 6 3341.0103 18" RCP, Class III 3341 10 LF 5 7 3341.0201 21" RCP, Class III 3341 10 LF 19 8 3341.1102 4.3 Box Culvert 3341 10 LF 91 9 3341.1103 4x4 Box Culvert 3341 10 LF 482 ]0 3341.1305 6x6 Box Culvert 3341 10 LF 23 11 3349.0105 5-Sided Manhole 3349 10 EA 1 12 3349.0002 5' Storm Junction Box 3349 10 EA 1 13 3349,0005 8' Storm Junction Box 3349 10 EA 1 14 0241.0100 Remove Sidewalk 0241 13 SF 619 15 3213.0301 4" Concrete Sidewalk 32 13 20 SF 463 16 0241,1300 Remove Existing Concrete Curb and Gutter 02 41 15 LF 39 17 3216.0101 6" Concrete Curb and Gutter 32 16 13 LF 21 18 0241.0300 Remove ADA Ramp 0241 13 EA 1 19 3213.0504 Barrier Free Ramp, Twe M-2 321320 EA 3 20 0241.0401 Remove Existing 6" Concrete Drivewav 02 41 13 SF 109 21 3213,0401 6" Concrete Driveway 32 1320 SF 109 22 3201.0400 Temporary Asphalt Paving Repair (2" RMAC on 6" Flexbase) 3201 18 LF 525 23 0241.1506 2" Surface Milling (33/33133) (Water/Paving/Stonawater) 0241 15 SY 514 24 3212,0302 2"Asphalt Pvmt Twe D(33/33/33)(Water/Paving/Stormwater) 32 12 16 SY 514 25 3305,0109 Trench Safetv 3305 10 LF 620 26 3291.0100 Topsoil 3291 19 CY 31 27 3292.0100 Block Sod Placement 32 19 13 SY 185 28 3471.0001 Traffic Control 3471 13 MO 3 29 3471,0003 Traffic Control Details 3471 13 EA 1 30 0171.0101 Construction Staking 01 7123 LS 1 31 9999.0013 Construction Allowance Non -Standard Item LS 1 50,000.00 $50,000.00 32 0171.0102 As -Built Smvev 01 71 23 LS 1 33 3305,0103 Exploratory Excavation of Existing Utilities 330530 EA 6 34 9999.0014 hrigation Allowance Non -Standard Item LS 1 25,000.00 $25,000.00 35 3201.0117 I0. Wide Asphalt Pvmt Repair, Residential 3201 17 LF 450 36 13201,0201 Asphalt Pvmt Repair Bewnd Defined Width, Residential 32 Al 17 SY 75 Sub -Total Unit III - Storm Drain Improvements, $75,000.00 Sub -Total Unit 1- Water Improvements: $ $zz5,000.00 Sub -Total Unit 11 - Sanitary Sewer Improvements: $ $to0,000.00 Sub -Total Unit III - Storm Drain Improvements: $ $75,000.00 Sub -Total Unit IV - Paving Improvements: $ $t0o,000.00 TOTAL BID: $ $500,000.00 END OF SECTION woarN SrANarARD CONSTRUCTION SPECIP-HON pOCUMEIJTS amimd91l912025 000.0-Proposal Wok .1 Aaac"dian 2(2) CITY OF FORT WORTH Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 ADDENDUM NO. 3 Unit I: Water Improvements Unit II: Sanitary Sewer Improvements Unit III: Storm Drain Improvements Unit IV: Paving Improvements ADDENDUM RELEASE DATE: December 10, 2025 BID RECEIPT DATE: December 11, 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (SECTION 00 41 00) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Water and Sanitary Sewer Replacements Contract 2021, WSM-F (CPN 104668) are hereby revised by Addendum No. 3 as follows: 1. Project Manual section 00 42 43 PROPOSAL FORM shall be replaced with section 00 42 43 PROPOSAL FORM, attached to this addendum. Changes include: • Adjusted bid item quantities to ensure there are no hidden decimals. This Addendum No. 3 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 3" A signed copy of Addendum No. 3 should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 Addendum No. 3 RECEIPT ACKNOWLEDGEMENT: By. Company: GHQ-Te)c U � 1, jcs /n c- Address: Oa &x 103R City: kemcda le State:73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Chris Harder, P.E. Director, Water Department By: 2gAcg 12/09/25 Tony S olula, P.E. Assistant Director, Water Department Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No 104668 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Prjest Item kx-ion Bidliat Item Descnptiw Specification S-m No. Unit of Bid No. M-ac Qnaaity Bidder's Proposal Uadt Pnoe Hid Vake Unit I - Water Improvements 1 3311.0261 8" PVC Water Pipe 33 11 12 LF 14,105 2 3311,0251 8"DIP Water 33 11 10 LF 609 3 3311,0161 6"PVC Water Pipe 33 11 12 LF 258 4 3312.0117 Connection to Existina 4"-12" Water Main 33 1225 EA 42 5 3312,2001 1" Water Service, Meter Reconnection 33 1210 EA 373 6 3312,2003 1" Water Service 33 12 10 EA 373 7 3312,2004 1" Water Service,. Private Relocation 33 12 10 LF 50 8 3312,2201 2" Water Service, Meter Reconnection 33 12 10 EA 9 9 3312.2203 2" Water Service 33 12 10 EA 9 10 3312.3003 8" Gate Valve 33 12 20 EA 62 11 3312.3002 6" Gate Valve 33 1220 EA 20 12 3312,0001 Fire Hvd-t 33 1240 EA 18 13 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 6 14 0241.1301 Remove 4" Water Valve 024114 EA 2 15 0241.1302 Remove 6" Water Valve 0241 14 EA 9 16 0241.1303 Remove 8" Water Valve 0241 14 EA 14 17 0241.1400 Remove Conc Vallev Gutter (50150) 0241 15 SY 260 18 0241.1400 Remove Conc Vallev Gutter(100%Water)(Thomas. Western S. Hillcrest) 024115 SY 55 19 0241.1402 Abandon 6" Water Valve 024114 EA 2 20 3201.0111 4' Wide Asphalt Pvmt Repair. Residential 32 Ol 17 LF 3.684 21 3201.0201 Asphalt Pvmt Repair Beyond Defined Width. Residential 32 01 17 SY 300 22 3201,0121 4' Wide- Reinforced Concrete with 2" Asphalt Overlay 3201 17 LF 1,160 23 3201,0202 Asphalt Pvmt Repair Beyond Defined Width Arterial 33 01 17 SY 300 24 3201.0614 Cone Pvmt Renair, Residential 32 01 29 SY 485 25 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 14,760 26 13216.0301 7" Conc Vallev Gutter, Residential (50150) 32 1613 SY 260 27 3216,0301 7" Conc Vallev Gutter, Residential (100% Water) (Thomas, Wester S, Hillcrest) 32 1613 SY 55 28 3305.0117 Concrete Collar for Valve 33 05 17 EA 59 29 3305.0111 Valve Box Adiustment (50150) 33 05 14 EA 19 30 3305.0111 Valve Box Adiustment (100% Water) (Thomas. Western S. Hillcrest) 3305 14 EA 13 31 3305,0107 Manhole Adiwintent, Minor (50150) 3305 14 EA 6 32 3305.0003 8" Waterline Lowerina 3305 12 EA 24 33 3305.0109 Trench Safetv 33 05 10 LF 720 34 0241.1510 Salvage Fire Hydrant 0241 14 EA 10 35 0241.1800 Remove Speed Cushion (50/50) 0241 15 EA 2 36 9999.0001 Speed Hump (50150) Non -Standard Item EA 2 37 0241.1001 Water Line Grouting 0241 14 CY 25 38 0241.1218 4"-12" Water Abandonment Plua 024114 EA 14 39 0241.1506 2" Surface Milling (50/50) 0241 15 SY 6,081 40 0241.1506 2" Surface Milling (33133/33)(Water/Paving/Stoarmater) 024115 SY 514 41 3212.0302 2" Asphalt Pymt Twe D (50150) 32 12 16 SY 6,081 42 3212.0302 2" Aanhalt Pvmt Twe D (33/33/33) (Water/Pavina/Stonrn ater) 32 12 16 SY 514 43 3212.0303 3" Asphalt Pvmt Twe D (50150) 32 12 16 SY 12,563 44 3212.0303 3" Asphalt Pvmt Twe D (100% Water) (Thomas, Weatem & Hillcreat) 32 1216 SY 10,364 45 3305.0110 Utility Markers 33 05 26 LS 1 46 3304.0101 Temporary Water Services 33 04 30 LS 1 47 0241.1000 Remove Conc Pvmt (50150) 0241 15 SY 8,620 48 3211.0112 6" Flexible Base, Twe A. GR-1 (50150) 32 1123 SY 8.620 49 0241.1300 Remove Conc Curb & Gutter (50150) 0241 15 LF 3,538 50 0241.1300 Remove Conc Curb & Gutter (100% Water) (Thomas, Western & Hillcrest) 0241 15 LF 530 51 0241.1700 I1" Pavement Pulverization (50150) 024115 SY 12,563 52 0241.1700 11" Pavement Pulverization (100% Water) (Thomas. Western S. Hillcrest) 0241 15 SY 10,364 53 3216.0101 6" Conc Curb & Gutter (50150) 32 1320 LF 3,538 54 3216.0101 6" Conc Curb & Gutter (100% Water) (Thomas, Western & Hillcreat) 32 1320 LF 530 55 0241,0401 Remove Concrete Drive (50150) 024113 SF 3,684 56 0241.0401 Remove Concrete Drive (100% Water) (Thomas. Western S. Hillcrest) 0241 13 SF 171 57 3213.0401 6" Concrete Drivewav (50/50) 32 1320 SF 3,684 58 3213.0401 6" Concrete Drlvewav (100% Water) (Thomas, Western S. Hillcrest) 32 1320 SF 171 59 0241,0100 Remove Sidewalk (50150) 0241 13 SF 855 60 0241.0100 Remove Sidewalk (100% Water) (Thomas, Western & Hillcaest) 0241 13 SF 350 61 3213.0301 4" Conc Sidewalk (50150) 32 1320 SF 855 62 3213.0301 4" Conc Sidewalk (100% Water) (Thomas, Western & Hillcrest) 32 1320 SF 350 63 3213,0311 4" Conc Sidewalk. Adincent to Curb (50150) 32 1320 SF 15 64 3213.0311 4" Conc Sidewalk, Adi-m to Curb (100% Water) (Thomas. Western & Hillcrest) 32 13 20 SF 350 65 3212.0401 HMAC Transition (50150) 32 12 16 TN 50 66 3212.0401 HMAC Transition (100% Water) (Thomas, Western S. Hllcrost) 32 12 16 TN 30 67 3349.5005 Remove and Replace Inlet Ton, 5' 33 49 20 EA 1 68 3349.5006 Remove and Replace Inlet Ton, 10' 33 49 20 EA 2 69 3291.0100 Twaml (50150) 3291 19 CY 100 70 3292.0100 Block Sod Placement (50150) 3292 13 SY 300 71 3312.0002 Water Sampling Station 33 12 50 EA 1 72 3471.0001 Traffic Control 3471 13 MO 11 73 3471.0003 Traffic Control Details 3471 13 EA 1 74 3217.0102 6" SLD Pvmt Marking HAS (Y) (50150) 32 1723 LF 6,600 75 3217.0102 6" SLD Pvmt Marking HAS (Y) (100% Water) (Thomas. Western S. Hillcrest) 32 17 23 LF 6,600 76 3217.0201 8" SLD Pvmt Marking HAS (W) (50150) 32 17 23 LF 50 77 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bare (50150) 32 1723 1 LF 1 43 78 132170504 Preformed Thermoplastic Contrast Markings - 24" Stop Bare (100% Water) (TTromua. Western S. Hillcrest) 32 1723 LF 24 79 13217.1003 Lane Legend DBL Arrow (50150) 32 1723 BA L 2 woRrN STANDPARD CONSTRUCTION SPECIP-HON pOCUMENTS amaed91l912p25 W 410a Brd Proposal Wodbrok-Adde"dom 3�-12-IM5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Prjest Item INormation Bidlist Item Dewnptioo Specification Sect -No. Unit of Bid No. I Meal Quantity bidder's Proposal Uadt Pnoe Hid Vake 80 3217.2103 REFL Raised Marker TY H-A-A (50150) 32 1723 EA 42 81 3217.2103 REFL Raised Marker TY II -A -A (100% Water) (Thomas. Western S. Hillerest) 32 1723 EA 20 82 3217.2104 REFL Raised Marker TY II-C-R (50150) 32 1723 EA 3 83 3211.3300 8" Cern-Lime Stabilization (a 32Lbs/SY (50150) 32 1133 TN 201 84 3211.3300 8" Cern-Lime Stabilization (a, 32Lbs/SY (100% Water) (Thomas, Western S. Hillcrest) 32 1133 TN 166 85 3305.0202 Imparted EmbedmentBackfill, CSS 33 05 10 CY 100 86 3305.0203 Inmorted EmbedmentBackfill, CLSM 3305 10 CY 100 87 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 88 0171.0101 Construction Staking 01 71 23 LS 1 89 0171.0102 As -Built Survev (Water) 017123 LS 1 90 19999.0002 Construction Allowance Non -Standard Item LS 1 200,000.00 $200,000.00 91 0171.0101 Construction Staking (Cavlor Tank) 01 71 23 LS 1 92 0171.0102 As -Stilt Survev (Cavlor Tank) 01 71 23 LS 1 93 0241.0500 Remove Fence (Cavlor Tank) 0241 13 LF 30 94 3110.0102 6"-12" Tree, Removal (Cavlor Tank) 31 1000 EA 2 95 3110.0103 12"-18" Trce Removal (Cavlor Tank) 31 1000 EA 2 96 3124.0101 Embankment by Plan (Cavlor Tank) 31 24 00 CY 30 97 3201.0117 10' Wide Asphalt Pvmt Repair, Residential (Cavlor Tank) 3201 17 LF 50 98 3201.0201 Asphalt Pvmt Repair Beyond Defined Width. Residential (Cavlor Tank) 3201 17 SY 30 99 3231.0113 6' Chain Link, Steel (Cavlor Tank) 3231 13 LF 30 100 3291.0100 Topsoil (Cavlor Tank) 3291 19 CY 175 101 3292,0100 Block Sod Placement (Cavlor Tank) 3292 13 SY 1,000 102 3305.0109 Trench Safetv (Cavlor Tank) 33 05 10 LF 343 103 3305.0203 Imported EmbedmentBackfill, CLSM (Cavlor Tank) 33 05 10 CY 135 104 3349.0001 4' Storm Junction Box W/ CLSM Backfill (Cavlor Tank) 33 49 10 EA 1 105 3349.7001 4' Drop Inlet (Cavlor Tank) 33 49 20 EA 1 106 3471.0001 Traffic Control (Cavlor Tank) 3471 13 MO 1 107 9999.0003 Tree Protection (Cavlor Tank) Non -Standard Item LS 1 1 108 9999.0004 Erosion Control (Cavlor Tank) Non -Standard Item LS 1 ] 09 9999.0005 24" PP Pipe (Cavlor Tank) Non -Standard Item LF 343 110 9999.0006 Remove and Replace Stomt Lateral. Small Diamteter (a 24") Non -Standard Item LF 24 111 19999.0007 Remove and Replace Stomt Lateral, Large Diamteter (> 24") Non -Standard Item LF 24 112 19999.0008 Irrigation Allowance Non -Standard Item LS 1 25,000.00 $25,000.00 Sub -Total Unit I - Water Improvements] $225 000.00 Unit 11- Sanitary Sewer Improvements[] 1 3331,4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 3120 LF 5.263 2 3331.1102 8" Pipe Enlargement 33 31 23 LF 712 3 3331.3101 4" Sewer Service, including 2-Way Cleanout 33 31 50 EA 196 4 9999.0009 4" Sewer Service, Reroute Non -Standard Item LF 1,200 5 3331.3314 4" Sewer Service, Reinstatement (For Pipe Enlargement) 33 31 50 EA 33 6 3339.1001 4' Manhole 33 39 10. 33 39 20 EA 33 7 3339.1002 4' Drop Manhole 33 39 10.33 39 20 EA 1 8 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 3,241 9 3201,0201 Asphalt Pvmt Repair Beyond Defined Width. Residential 3201 17 SY 176 10 3301,0001 Pre -CCTV inspection 330131 LF 4,750 11 3301.0002 Post -CCTV Inspection 33 01 31 LF 5.975 12 3301.0004 Final MH-CCTV Inspection 330131 EA 34 13 3331.0103 8" Sewer Pipe. Point Repair 33 3122. 33 3123 LF 100 14 0241,2001 Sanitary Line Grouting 024114 CY 47 15 0241.2102 6" Sewer Abandonment Plug 0241 14 EA 6 16 0241.2103 8" Sewer Abandonment Plug 0241 14 EA 10 17 0241,2104 10" Sewer Abandonment Plug 024114 EA 2 18 0241,2105 12" Sewer Abandonment Plug 0241 14 EA 2 19 3305.0109 Trench Safetv 3305 10 LF 5,263 20 3305.0112 Concrete Collar for Manhole 3305 17 EA 8 21 0241,2201 Remove 4' Sewer Manhole 0241 14 EA 22 22 0241,0100 Remove Sidewalk 024113 SF 399 23 0241.1000 Remove Cone Pvmt 0241 15 SY 197 24 0241.0401 Remove Concrete Drive 0241 13 SF 8.415 25 0241.1400 Remove Cone, Vallev Gutter 0241 15 SY 90 26 3213,0301 4" Conc Sidewalk 32 1320 SF 399 27 3201.0614 Conc Pvmt Retain, Residential 32 01 29 SY 197 28 3213.0451 6" Concrete Driveway 32 1320 SF 8.415 29 3216.0301 7" Cone, Vallev Gutter, Residential 32 16 13 SY 90 30 3291,0100 6" Topsoil 3291 19 CY 600 31 3292.0100 Block Sod Placement 32 19 13 SY 3.600 32 3471.0001 Traffic Control 3471 13 MG 5 33 3471.0003 Traffic Control Details 3471 13 EA 1 34 3125,0101 SWPPP > 1 acre 31 25 00 LS 1 35 0171.0102 As -Built Survev (Sewer) 01 7123 LS 1 36 10171.0101 Construction Staking (Sewer) 01 71 23 LS 1 37 3305.0113 Trench Water Stops 3305 15 EA 8 38 3339.0001 Evoxv Manhole Liner 33 39 60 VF 191 39 3305.0202 imported EmbedmentBackfill, CSS 3305 10 CY 8 40 3305.0203 Imparted EmbedmentBackfill, CLSM 3305 10 CY 3 41 3301.0101 Manhole Vacuum Testing 330130 EA 34 42 3303.0001 Bwass Pumuing 3303 10 LS 1 43 9999.0010 Sag Adiustment Non -Standard Item LF 100 44 9999.0011 Construction Allowance Non -Standard Item LS 1 100,000.00 $100,000.00 45 3201.0121 4' Wide -Reinforced Concrete with 2" Asshalt Overlay 32 01 17 LF 185 46 3201.0202 Asphalt Pvmt Repair Beyond Defined Width Arterial 3301 17 SY 50 Sub -Total Unit 11 - Sanitary Sewer Improvements $100 000.00 woarN STAN CONHTRUCTION HPPCIFICATION pOCUMENTH 0.maed119ll912025 W 41 W Bid Proposal Wohbrok-Adde"dum 3 V­ 12-10.25 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pr Jett Item INormatioo bidder's Proposal 3idlNteltem Deacnptioo Specification Segiw No. Mt ofe QB^d'Y Unt Price Hid Vake :nit III - Stonn Drain Im nnvements❑ 1 0241.3001 Storm Line Grouting 0241 14 CY 274 2 3301.0012 Post -CCTV Inspection of Stamm Drain 33 01 32 LF 620 3 9999.0012 Remove Existing Arch Pipe Non -Standard Item LF 96 4 0241,4001 Remove Curb Inlet 0241 14 EA 1 5 3349.5001 10' Curb Inlet 33 49 20 EA 1 6 3341.0103 18" RCP, Class III 3341 10 LF 5 7 3341.0201 21" RCP, Class III 3341 10 LF 19 8 3341.1102 4.3 Box Culvert 3341 10 LF 91 9 3341.1103 4x4 Box Culvert 3341 10 LF 482 ]0 3341.1305 6x6 Box Culvert 3341 10 LF 23 11 3349.0105 5-Sided Manhole 3349 10 EA 1 12 3349.0002 5' Storm Junction Box 3349 10 EA 1 13 3349,0005 8' Storm Junction Box 3349 10 EA 1 14 0241.0100 Remove Sidewalk 0241 13 SF 619 15 3213.0301 4" Concrete Sidewalk 32 13 20 SF 463 16 0241,1300 Remove Existing Concrete Curb and Gutter 02 41 15 LF 39 17 3216.0101 6" Concrete Curb and Gutter 32 16 13 LF 21 18 0241.0300 Remove ADA Ramp 0241 13 EA 1 19 3213.0504 Barrier Free Ramp, Twe M-2 321320 EA 3 20 0241.0401 Remove Existing 6" Concrete Drivewav 02 41 13 SF 109 21 3213,0401 6" Concrete Driveway 32 1320 SF 109 22 3201.0400 Temporary Asphalt Paving Repair (2" RMAC on 6" Flexbase) 3201 18 LF 525 23 0241.1506 2" Surface Milling (33/33133) (Water/Paving/Stonawater) 0241 15 SY 514 24 3212,0302 2"Asphalt Pvmt Twe D(33/33/33)(Water/Paving/Stormwater) 32 12 16 SY 514 25 3305,0109 Trench Safetv 3305 10 LF 620 26 3291.0100 Topsoil 3291 19 CY 31 27 3292.0100 Block Sod Placement 32 19 13 SY 185 28 3471.0001 Traffic Control 3471 13 MO 3 29 3471,0003 Traffic Control Details 3471 13 EA 1 30 0171.0101 Construction Staking 01 7123 LS 1 31 9999.0013 Construction Allowance Non -Standard Item LS 1 50,000.00 $50,000.00 32 0171.0102 As -Built Smvev 01 71 23 LS 1 33 3305,0103 Exploratory Excavation of Existing Utilities 330530 EA 6 34 9999.0014 hrigation Allowance Non -Standard Item LS 1 25,000.00 $25,000.00 35 3201.0117 I0. Wide Asphalt Pvmt Repair, Residential 3201 17 LF 450 36 13201,0201 Asphalt Pvmt Repair Bewnd Defined Width, Residential 32 Al 17 SY 75 Sub -Total Unit III - Storm Drain Improvements, $75,000.00 Sub -Total Unit 1- Water Improvements: $ $zz5,000.00 Sub -Total Unit 11 - Sanitary Sewer Improvements: $ $to0,000.00 Sub -Total Unit III - Storm Drain Improvements: $ $75,000.00 Sub -Total Unit IV - Paving Improvements: $ $t0o,000.00 TOTAL BID: $ $500,000.00 END OF SECTION woarN SrANarARD CONSTRUCTION SPECIP-HON pOCUMEIJTS amaed91l912p25 M 410a Bid Proposal Wodbrok-Addeodom3V 012-IM5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0005 15- 1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDA END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668City Project No. 104668 Revised July 1, 2011 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 2021, WSM-F City Project No. 104668 ("Project") will be received by the City of Fort Worth via the Procurement Portal https:Hfortworthtexas.bonfirehub.com/portal/?tab=openopportunities, under the respective Project until 2:00 P.M. CST, Thursday, December 11", 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at the 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https:Hvendorsupport.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: • 15,000 LF 8" water • 6,500 LF 8" sanitary sewer • 34 sanitary sewer manholes • 596 LF storm drain box culvert • 4 storm drain manholes • 2 storm drain inlets • 53,500 SY asphalt paving • 300 SY concrete paving 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. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Monday, November 17`h, 2025 TIME: 11: 00 A.M. CST Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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 Date: Wednesday, November 5"', 2025 Second Date: Wednesday, November 12', 2025 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 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/tpw/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=e43c4239775f4b2583552c029c6a1 ed2 .1.3. Water and Sanitary Sewer — Requirements document located at: https://gpp-us3.e- builder.net/public/publicLanding.aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 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 o£ 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. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right- of-way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https:Hfortworthtexas.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 hops://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. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 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. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 Revised/Updated September 1, 2025 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. millI Z171i.JOR14LILI CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 104668 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 I.IS) littps://www.ethics.state.tx.us/data/forms/conflict/CIS.pd CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Gra-Tex Utilities Inc. PO Box 1038 Kennedale Texas 76060 END OF SECTION By: Rex Heflin Signature: Title: Estimator CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Replacements Contract 2021, WSM-F Revised September 19, 2025 City Project No. 104668 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 Replacements Contract 2021, WSM-F City Project No.: 104668 Units/Sections: Unit 1 - Water Unit 2 - Sewer Unit 3 - Stormwater Unit 4 - Paving 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. 'collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 00 41 00 Bid Proposal Workbook- Addendum 3 update 12-10-25 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 Bypass Pumping, 18-inch and smaller c. CCTV, 8-inch and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Sewer Pipe Enlargement 12-inches and smaller f. Sewer Cleaning, 8-inches and smaller g. Sanitary Sewer Manhole/Structure Interior Lining - Chesterton Coating h. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 75o 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 00 41 00 Bid Proposal Workbook- Addendum 3 update 12-10-25 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. 6.3. Total Base Bid <use this if applicable, otherwise delete: Total Bid $ Iy,5451IZB.O0 7. Bid Submittal This Bid is submitted on Respectfully submitted, By. ' (Signature) Rex Heflin (Printed Name) Title: Estimator Company: Gra-Tex Utilities Inc. Address: PO Box 1038 7218 Bloxom Park Road Kennedale Texas 76060 State of Incorporation: Texas Email: estimating@gra-tex.com Phone: 817-781-0234 END OF SECTION #REF! by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Rwit Addendum No. 2: /Lr., Addendum No. 3: , v A - Addendum No. 4: Corporate Seal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 00 41 00 Bid Proposal Workbook- Addendum 3 update 12-10-25 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Imormafim Bidliat Item Description Specificaiico S-i.. No. Unit or Bid No. Meal Quamity Bidder's Proposal Umt Price Hid Veloe Unit I - Water Improvements 1 3311.0261 8" PVC Water Pipe 33 11 12 LF 14,105 $91.00 $1,283,555.00 2 3311,0251 8"DIP Water 33 11 10 LF 609 115.00 $70,035.00 3 3311,0161 6"PVC Water Pipe 33 11 12 LF 258 80.00 $20,640.00 4 3312.0117 Connection to Existina 4"-12" Water Main 331225 EA 42 8,650.00 $363,300.00 5 3312,2001 1" Water Service, Meter Reconnection 33 12 10 EA 373 375.00 $139,875.00 6 3312,2003 1"Water Service 33 12 10 EA 373 2,800.00 $1,044,400.00 7 3312,2004 1" Water Service, Private Relocation 33 12 10 LF 50 125.00 $6,250.00 8 3312,2201 2" Water Service, Meter Reconnection 33 12 10 EA 9 900.00 $8,100.00 9 3312.2203 2" Water Service 33 12 10 EA 9 5,375.00 $48,375.00 10 3312.3003 8" Gate Valve 33 12 20 EA 62 4,050.00 $251,100.00 11 3312.3002 6" Gate Valve 33 1220 EA 20 2,011.00 $40,220.00 12 3312,0001 Fire14vd-t 331240 EA 18 6,175.00 $111,150.00 13 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 6 11,000.00 $66,000.00 14 0241.1301 Remove 4" Water Valve 024114 EA 2 1,800.00 $3,600.00 15 0241.1302 Remove 6" Water Valve 024114 EA 9 1,800.00 $16,200.00 16 0241.1303 Remove 8" Water Valve 024114 EA 14 1,800.00 $25,200.00 17 0241.1400 Remove Cone Vallev Gutter(50150) 024115 SY 260 49.00 $12,740.00 18 0241.1400 Remove Conc Vallev Gotta (100% Water) (Thomas. Western S. Hillcrest) 0241 15 SY 55 49.00 $2,695.00 19 0241.1402 Abandon 6" Water Valve 024114 EA 2 1,950.00 $3,900.00 20 3201.0111 4' Wide Asphalt Pvmt Repair. Residential 32 Ol 17 LF 3,684 60.00 $221,040.00 21 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 300 145.001 $43,500.00 22 3201,0121 4' Wide- Reinforced Conerete with 2" Asphalt Overlay 3201 17 LF L160 60.00 $69,600.00 23 3201,0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 SY 300 145.00 $43,500.00 24 3201.0614 Cone Pvmt Repair, Residential 3201 29 SY 485 265.00 $128,525.00 25 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 14.760 41.00 $605,160.00 26 3216.MI 7" Conc Vallev Gutter, Residential (50150) 32 1613 SY 260 240.00 $62,400.00 27 3216.0301 7" Conc Vallev Gutter, Residential (100% Water) (Thomas, Western S, Hillcrest) 32 1613 SY 55 240.00 $13,200.00 28 3305.0117 Concrete Collar for Valve 33 05 17 EA 59 775.00 $45,725.00 29 3305.0111 Valve Box Adiustment(50150) 330514 EA 1 19 775.00 $14,725.00 30 3305.0111 Valve Box Adiustment (100% Water) (Thomas. Western S. Hillcrest) 3305 14 EA 13 775.00 $10,075.00 31 3305,0107 Manhole Athwiment, Minor (50150) 33 05 14 EA 6 1,335.001 $8,010.00 32 3305.0003 8" Waterline Lowerina 33 05 12 EA 24 7,975.00 $191,400.00 33 3305.0109 Trench Safetv 33 05 10 LF 720 1.00 $720.00 34 0241.1510 Salvage Fire Hydrant 0241 14 EA 10 750.00 $7,500.00 35 0241.1800 Remove Speed Cushion(50/50) 024115 EA 2 2,605.00 $5,210.00 36 9999.0001 Speed Hump (50150) Non -Standard Item EA 2 3,932.00 $7,864.00 37 0241.1001 Water Line Grouting 024114 CY 25 290.00 $7,250.00 38 0241.1218 4"-12" Water Abandonment Plait 024114 EA 14 1,575..00 $22,050.00 39 0241.1506 2" Surface Milling (50/50) 0241 15 SY 6,081 4.00 $24,324.00 40 0241.1506 2" Surface Milling (33133/33) (Water/Paving/Stormwater) 0241 15 SY 514 4.00 $2,056.00 41 3212.0302 2" Asphalt Pvmt Type D (50150) 32 12 16 SY 6,081 23.00 $139,863.00 42 3212.0302 2" Asphalt Pvmt Type D(33/33/33)(Water/Pavina/Stormwater) 32 12 16 SY 514 23.00 $11,822.00 43 3212.0303 3" Asphalt Pvmt Twe D (50150) 32 12 16 SY 12,563 36.00 $452,268.00 44 3212.0303 3" Asphalt Pvmt Twe D (100% Water) (Thomas, Western & Hillcreat) 32 12 16 SY 10,364 36.00 $373,104.00 45 3305.0110 Utility Markers 33 05 26 LS 1 2,550.00 $2,550.00 46 3304.0101 Temporary Water Services 33 04 30 LS 1 100,000.00 $100,000.00 47 0241.1000 Remove Cone Pvmt (50150) 0241 15 SY 8,620 57.00 $491,340.00 48 3211.0112 6" Flexible Base, Twe A. GR-1 (50150) 32 1123 SY 8,620 24.00 $206,880.00 49 0241.1300 Remove Core, Curb & Gutter (50150) 0241 15 LF 3.538 9.00 $31,842.00 50 0241.1300 Remove Conc Curb & Gutter (100% Water) (Thomaa, Western & Hillcreat) 0241 15 LF 530 9.00 $4,770.00 51 0241.1700 I1" Pavement Pulverization (50150) 024115 SY 12,5631 18.00 $226,134.00 52 0241.1700 11 Pavement Pulverization (100% Water) (Thomas. Westem S. Hillcrest) 0241 15 SY 10,364 18.00 $186,552.00 53 3216.0101 6" Conc Curb & Gutter (50150) 32 1320 LF 3.538 83.00 $293,654.00 54 3216.0101 6" Conc Curb & Gutter (100% Water) (Thomas, Western & Hiller t) 32 1320 LF 530 83.00 $43,990.00 55 0241,0401 Remove Concrete Drive (50150) 024113 SF 3,684 5.00 $18,420.00 56 0241.0401 Remove Concrete Drive (100% Water) (Thomas. Western S. Hillcrest) 0241 13 SF 171 5.00 $855.00 57 3213.0401 6" Conerete Drlvewav (50150) 32 1320 SF 3,684 19.00 $69,996.00 58 3213.0401 6" Concrete Drivewav (100% Water) (Thomas, Western S. Hillcrest) 32 13 20 SF 171 19.00 $3,249.00 59 0241.0100 Remove Sidewalk (50150) 02 41 13 SF 855 4.00 $3,420.00 60 0241.0100 Remove Sidewalk (100% Water) (Thomas, Western & Hillcrest) 0241 13 SF 350 4.00 SL400.00 61 3213.0301 4" Cone Sidewalk (50150) 32 1320 SF 855 14.00 $11,970.00 62 3213.0301 4" Cone Sidewalk (100% Water) (Thomas, Western & Hillcrest) 32 1320 SF 350 14.00 $4,900.00 63 3213,0311 4" Core, Sidewalk. Adincent to Curb (50150) 32 1320 SF 15 19.001 $285.00 64 3213.0311 4" Cone Sidewalk, Adineent to Curb (100% Water) (Thomas. Western & Hillcrest) 32 1320 SF 350 19.00 $6,650.00 65 3212.0401 HMAC Transition (50150) 32 12 16 TN 50 409.00 $20,450.00 66 3212.0401 HMAC Transition (100% Water) (Thomas. Western S. Hillcrest) 32 12 16 TN 30 409.00 $12,270.00 67 3349.5005 Remove and Replace Inlet Top, 5' 33 49 20 EA 1 3,400.00 $3,400.00 68 3349.5006 Remove and Replace Inlet Top, 10' 33 49 20 EA 2 4,395.00 $8,770.00 69 3291.0100 Topsoil (50150) 3291 19 CY 100 102.00 $10,200.00 70 3292.0100 Block Sod Placement (50150) 3292 13 SY 300 22.00 $6,600.00 71 3312.0002 Water Sampling Station 33 12 50 EA 1 6,000.00 $6,000.00 72 3471.0001 Traffic Control 3471 13 MO 11 6,995.00 $76,835.00 73 3471.0003 Traffic Control Details 3471 13 EA 1 8,255.00 $8,255.00 74 3217.0102 6" SLD Pvmt Marline HAS (Y) (50150) 32 1723 LF 6,600 1.00 $6,600.00 75 3217.0102 6" SLD Pvmt Marking HAS (Y) (100% Water) (Thomas. Western S. Hillcrest) 32 1723 LF 6,600 1.00 $6,600.00 76 3217.0201 8" SLD Pvmt Marking HAS (W) (50150) 32 1723 LF 50 3.00 $150.00 77 3217,0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars (50150) 32 1723 LF 43 18.00 $774.00 78 3217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Barn (100% Water) (T7romaa. Western S. Hillcrest) 32 1723 LF 24 18.00 $432.00 79 3217.1003 Lane Leaend DBL Arrow (50150) 32 1723 EA 2 510.00 $1,020.00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infonnafim Bidlist Item Description Specification Section No. Uwt of Bid No. Meal Quantity Bidder's Proposal Unit Price Hid Value 80 3217.2103 REFL Raised Marker TY H-A-A (50150) 32 1723 EA 42 6.00 $252.00 81 3217.2103 REFL Raised Marker TY II -A -A (100% Water) (Thomas. Western S. Hillerest) 32 1723 EA 20 6.00 $120.00 82 3217.2104 REFL Raised Marker TY II-C-R (50150) 32 1723 EA 3 19.00 $57.00 83 3211.3300 8" Cern-Lime Stabilization (a 32Lbs/SY (50150) 32 1133 TN 201 545.00 $109,545.00 84 3211.3300 8" Cem-Lime Stabilization (a, 32Lbs/SY (100% Water) (Thomas, Western S. Hillcrest) 32 11 33 TN 166 545.00 $90,470.00 85 3305.0202 Imparted EmbedmeutBackfill, CSS 3305 10 CY 100 93.00 $9,300.00 86 3305.0203 lmoorted EmbedmentBackfill. CLSM 3305 10 CY 100 93.00 $9,300.00 87 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 8,255.00 $8,255.00 88 0171.0101 Construction Staking 01 7123 LS 1 40,000.00 $40,000.00 89 0171.0102 As -Built Survev(Water) 017123 LS 1 30,000.001 $30,000.00 90 9999.0002 Construction Allowance Non -Standard Item LS 1 200,000.00 $200,000.00 91 0171.0101 Construction Staking (Cavlor Tank) 01 71 23 LS 1 25,000.00 $25,000.00 92 0171.0102 As -Built Survev (Cavlor Tank) 01 71 23 LS 1 20,000.00 $20,000.00 93 0241.0500 Remove Fence (Cavlor Tank) 0241 13 LF 30 36.00 $1,080.00 94 3110.0102 6"-12" Tree Removal (Cavlor Tank) 311000 EA 2 765.00 $1,530.00 95 3110.0103 12"-18" Tree Removal (Cavlor Tank) 31 1000 EA 2 1,500.00 $3,000.00 96 3124.0101 Embankment by Plan (Cavlor Tank) 31 24 00 CY 30 275.00 $8,250.00 97 3201.0117 10' Wide Asphalt Pvmt Repair, Residential (Cavlor Tank) 3201 17 LF 50 206.00 $10,300.00 98 13201.0201 Asphalt Pvmt Repair Beyond Defined Width. Residential (Cavlor Tank) 3201 17 SY 30 145.00 $4,350.00 99 3231.0113 6' Chain Link, Steel (Cavlor Tank) 3231 13 LF 30 127.00 $3,810.00 100 3291.0100 Topsoil (Cavlor Tank) 3291 19 CY 175 96.00 $16,800.00 101 3292,0100 Block Sod Placement (Cavlor Tank) 3292 13 SY 1,000 16.00 $16,000.00 102 3305.0109 Trench Safetv (Cavlor Tank) 33 05 10 LF 343 1.00 $343.00 103 3305.0203 Imported EmbedmentBackfill, CLSM (Cavlor Tank) 33 05 10 CY 135 223.00 $30,105.00 104 3349.0001 4' Storm Junction Box W/ CLSM Backfill (Cavlor Tank) 33 49 10 EA 1 13,200.00 $13,200.00 105 3349.7001 4' Drop Inlet (Cavlor Tank) 33 49 20 EA 1 10,700.00 $10,700.00 106 3471.0001 Traffic Control (Cavlor Tank) 3471 13 MO 1 6,985.00 $6,985.00 107 9999.0003 Tree Protection (Cavlor Tank) Non -Standard Item LS 1 2,100.00 $2,100.00 108 9999.0004 Erosion Control (Cavlor Tank) Non -Standard Item LS 1 4,500.001 $4,500.00 109 9999.0005 24" PP Pipe (Cavlor Tank) Non -Standard Item LF 343 175.00 $60,025.00 110 9999.0006 Remove and Replace Storm Lateral. Small Diamteter (a 24") Non -Standard Item LF 24 175.00 $4,200.00 111 19999.0007 Remove and Replace Storm Lateral, Large Diamteter (> 2411) Non -Standard Item LF 24 250.00 $6,000.00 112 9999.0008 Irrigafion Allowance Non-standard Item LS 11 25,000.00 $25,000.00 Sub -Total Unit I - Water Ira rovementa $8,676 016.00 Unit II - Sanitary Sewer Improvements[] 1 3331,4115 8" Sewer Pipe 33 11 10, 33 31 12. 33 3120 LF 5.263 $ 97.00 $510,511.00 2 3331.1102 8" Pipe Enlargement 33 31 23 LF 712 169.00 $120,328.00 3 3331.3101 4" Sewer Service, including 2-Way Cleanout 33 31 50 EA 196 1,375.00 $269,500.00 4 9999.0009 4" Sewer Service, Reroute Non -Standard Item LF 1,200 89.00 $106,800.00 5 3331.3314 4" Sewer Smice, Reinstatement (For Pipe Enlargement) 33 31 50 EA 33 1,525.00 $50,325.00 6 3339.1001 4' Manhole 33 39 10. 33 39 20 EA 33 7,700.00 $254,100.00 7 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 12,500.00 $12,500.00 8 3201.0400 Temporary Asphalt Paving Repair IT' HMAC on 6" Flexbase) 3201 18 LF 3,241 45.00 $145,845.00 9 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 176 145.00 $25,520.00 10 3301.0001 Pre -CCTV inspection 33 01 31 LF 1 4,750 10.00 $47,500.00 11 3301.0002 Post -CCTV Inspection 33 01 31 LF 5,975 10.00 $59,750.00 12 3301.0004 Final MH-CCTV Inspection 330131 EA 34 190.00 $6,460.00 13 3331.0103 8" Sewer Pipe. Point Repair 33 3122, 33 31 23 LF 100 225.00 $22,500.00 14 0241,2001 Sanitary Line Grouting 024114 CY 47 380.00 $17,860.00 15 0241.2102 6" Sewer Abandonment Plug 024114 EA 6 1,230.00 $7,380.00 16 0241.2103 8" Sewer Abandonment Plug 0241 14 EA 10 1,475.00 $14,750.00 17 0241,2104 10" Sewer Abandomnent Plug 024114 EA 2 1,845.00 $3,690.00 18 0241,2105 12" Sewer Abandonment Plua 024114 EA 2 1,850.00 $3,700.00 19 3305.0109 Trench Safetv 3305 10 LF 5,263 2.00 $10,526.00 20 3305.0112 Concrete Collar for Manhole 3305 17 EA 8 1,925.00 $15,400.00 21 0241,2201 Remove 4'Sewer Manhole 024114 EA 22 1,600.00 $35,200.00 22 0241,0100 Remove Sidewalk 024113 SF 399 4.00 $1,596.00 23 0241.1000 Remove Cone Pvmt 024115 SY 197 57.00 $11,229.00 24 0241.0401 Remove Concrete Drive 024113 SF 8,415 5.00 $42,075.00 25 0241.1400 Remove Conc Vallev Gutter 024115 SY 90 50.00 $4,500.00 26 3213,0301 4" Conc Sidewalk 32 1320 SF 399 14.00 $5,586.00 27 3201.0614 Corm Pvmt Repair, Residential 3201 29 SY 197 265.00 $52,205.00 28 3213.0451 6" Concrete Driveway 32 1320 SF 8,415 19.00 $159,885.00 29 3216.0301 7" Conc Vallev Gutter, Residential 3216 13 SY 90 240.00 $21,600.00 30 3291,0100 6" Topsoil 3291 19 CY 600 81.00 $48,600.00 31 3292.0100 Block Sod Placement 3219 13 SY 300 12.00 $43,200.00 32 3471.0001 Traffic Control 3471 13 MO 5 6,985.00 $34,925.00 33 3471.0003 Traffic Control Details 3471 13 EA 1 8,255.00 $8,255.00 34 3125,0101 SWPPP > 1 acre 31 25 00 LS 1 6,985.00 $6,985.00 35 0171.0102 As -Built Survev(Sewer) 01 71 23 LS 1 32,000.00 $32,000.00 36 0171.0101 Construction Staking (Sewer) 0171 23 LS 1 35,000.00 $35,000.00 37 3305.0113 Trench Water Stons 3305 15 EA 8 1,900.00 $15,200.00 38 3339.0001 Epoxy Manhole Liner 333960 VF 191 600.00 $114,600.00 39 3305.0202 Imported EmbedmentBackfill, CSS 3305 10 CY 1 8 96.00 $768.00 40 3305.0203 Imparted EmbedmentBackfill, CLSM 3305 10 CY 1 3 254.00 $762.00 41 3301.0101 Manhole Vneuum Testing 330130 EA 34 220.00 $7,480.00 42 3303.0001 Bwass Poo ning 3303 10 LS 1 63,500.00 $63,500.00 43 9999.0010 Sag Adiustment Non -Standard Item LF 100 225.00 $22,500.00 44 9999.0011 Construction Allowance Non -Standard Item LS 1 100,000.00 $100,000.00 45 13201.0121 4' Wide- Reinforced Concrete with 2" Asshalt Overlay 3201 17 LF 185 65.00 $12,025.00 46 11161.n202 Asphalt Pvmt Repair Beyond Defined Widdb Arterial 1 33 01 17 SY 50 145.00 $7,250.00 Sub -Total Unit II - Sanitary Sewer Improvements, $2,591 871.00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item hdormutar, Bidder's Proposal 3idlNtoltem Description Specification Section No. Mt o Q B^dl Y Drvt Price Hid Value :nit III - Slonn ain Im nnvements❑ I 0241.Dr3001 Storm Line Groutine 1 0241 14 1 CY 1 2741 S 375.00 1 $102.750.00 2 3301.0012 Post -CCTV Inspection ofStarm Drain 33 01 32 LF 620 15.00 $9.300.00 3 9999.0012 Remove Existing Arch Pine Non -Standard Item LF 96 75.00 $7.200.00 4 0241,4001 Remove Curb Inlet 0241 14 EA 1 650.00 $650.00 5 3349.5001 10' Curb Inlet 33 49 20 EA 1 9,000.00 $900.00 6 3341.0103 18" RCP, Class III 3341 10 LF 5 205.00 $1,025.00 7 3341.0201 21" RCP, Class III 3341 10 LF 19 260.00 $4.940.00 8 3341.1102 4.3 Box Culvert 3341 10 LF 91 625.00 $56X5.00 9 3341.1103 4x4 Box Culvert 3341 10 LF 482 650.00 $313,300.00 10 13341.1305 6x6 Box Culvert 3341 10 LF 23 1,100.00 $25300.00 11 3349.0105 5-Sided Manhole 3349 10 EA 1 19,700.00 $19,700.00 12 3349.0002 5' Storm Junction Box 3349 10 EA 1 13,300.00 $13300.00 13 3349,0005 8' Storm Junction Box 3349 10 EA 1 13,300.00 $13,300.00 14 0241.0100 Remove Sidewalk 0241 13 SF 619 4.00 $2,476.00 15 3213.0301411 Concrete Sidewalk 32 1320 SF 463 14.00 $6,482.00 16 0241,1300 Remove Existing Concrete Curb and Gutter 0241 15 LF 39 9.00 $351.00 17 3216.0101 6" Concrete Curb and Gutter 3216 13 LF 21 83.00 $1,743.00 18 0241.0300 Remove ADA Ramp 0241 13 EA 1 445.00 $445.00 19 3213.0504 Barrier Free Ramp, Twe M-2 32 13 20 EA 3 5,334.00 $16,002.00 20 0241.0401 Remove Existing 6" Concrete Drivewav 02 41 13 SF 109 5.00 $545.00 21 3213,0401 6" Concrete Driveway 32 13 20 SF 109 19.00 $2,071.00 22 3201.0400 Temporary Asphalt Paving Repair IT' RMAC on 6" Flexbase) 3201 18 LF 525 45.00 $23,625.00 23 0241.1506 2" Surface Milling (33/33133) (Water/Paving/Stonawater) 0241 15 SY 514 4.00 $2,056.00 24 3212,0302 2"Asphalt Pvmt Twe D(33/33/33)(Water/Paving/Stormwater) 321216 SY 514 23.00 $1L822.00 25 3305,0109 Trench Safetv 3305 10 LF 620 3.00 $L860.00 26 3291.0100 Topsoil 3291 19 CY 31 146.00 $4,526.00 27 3292.0100 Block Sod Placement 32 19 13 SY 185 22.00 $4,070.00 28 3471.0001 Traffic Control 3471 13 MO 3 7,000.00 $21.000.00 29 3471.0003 Traffic Control Details 3471 13 EA 1 8,255.00 $8,255.00 30 0171.0101 Construction Staking 01 71 23 LS 1 20,000.00 $20,000.00 31 9999.0013 Construction Allowance Non -Standard Item LS 1 50,000.00 $50,000.00 32 0171.0102 As -Built Survey 017123 LS 1 13,000.00 $1300.00 33 3305,0103 Exnlomtory Excavation of Existing Utilities 330530 EA 6 1,400.00 $8,400.00 34 9999.0014 [nitration Allowance Non -Standard Item LS 1 25,000.00 $25,000.00 35 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 450 206.00 $92,700.00 36 3201.0201 Asuhalt Pvmt Repair Bewnd Defined Width, Residential 32 01 17 SY 75 145.00 $10,875.00 Sub -Total Unit III - Storm Drain Ira rovements $903 944.00 Sub -Total Unit 1- Water Improvements: $ $8,676,016.00 Sub -Total Unit II - Sanitary Sewer Improvements: $ $2,591,871.00 Sub -Total Unit III - Storm Drain Improvements: $ $9o3,94a.00 Sub -Total Unit IV - Paving Improvements: $ $2,aza,097.00 TOTAL BID: $ $14,595,928.00 END OF SECTION #AIADocument A310T"' .2010 M: • J ll CONTRACTOR: (Nance, legal slalus• and adclr•ess) Urn -Tex Utilities Inc. P O.Box 700 Arlington, Texas 76004 OWNER: City of Fort Worth 100 Fort Worth Trail Fort \forth. TX 76102 BOND AMOUNT: 5% GAB SURETY: (A4rnce, legal .lotus and principal place ol'hu.sine.ss) I lartfisrd FirC 111SUl-allCC l'onlytiul', One Hartford Plaza Hartford, CT 06155 PROJECT: (Name, location or address, unit Project nlanher, ijanyJ Water and Sanitary Sewer Replacement Contract 2021, WSM-F This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable The Contractor and Surety are hound 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 if the 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 the Owner in accordance with the terms of such bid, and gives such bond or ponds as may be specified in the bidding or COnitract Documents, with a surety admitted in thejurisdietion of the Project and otherwise acceptable to the Owner, for the faithful performance ofsuch Contract and for the prompt payment of tabor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Rond, 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 lime 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. If this Bond is issued in connection with a subcontractor's hid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be 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 conflicting 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 Ic•t1 this 9th 6'rrrr��.�J - � k- - � 4",sJ day of December, 2025 Gra-Tex Utilities, Inc. nf (1'rh doHae f ettrdatsi IbAurfr; Vice President Company (Seal) l t 11W Bradley Board, 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 A310r" — 2010. Copyright @ 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING This AIA' Document is protected by U.s. Copyright Law and international Trealies. Unaulhorl7ed reproduction or distribution of this AIA" Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law l Purchasers are permitted to reproduce (en (' 0) copies of this document when completed. To reporl copyright violations of AIA Contract Decumenls, e-mail The American Institute of Architects' legal Counsel, copyrght@aia.org. c61110 Direct Inquiries/Claims to, THE HARTFORD POWER OF ATTORNEY One Hartford Plaza BOnnecti1 Hartford, Connecticut 06155 tSond.Claarrsroathelxartford cam calf 888-266-3488orfax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: I INMN I CA i 111i i )1 ;�1'„^,PICt•: ;V�' ; 1,1,� Agency Code: 4 6 - `;12 4 82 0 Hartford Fire Insurance Company, it eorporauun duly organized under the laws of the state of Connecticut 0 Hartford Casualty Insurance Company, it corporation duh organized under the lees ofthc state ul'Indiana 0 Hartford Accident and Indemnity Company, it corporation duh organized under the laws ofthe State of Connectieut Hartford Underwriters Insurance Company, a corporation duh• organized under the laws ol'Ihe State ol-Connecticut Twin City Fire Insurance Company, a corporation duh organi/ed under the toes of the state of Indiana OHartford Insurance Company of Illinois, a corporation duly organized under the lasts ol'the state (it Illinois O Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the state of lndian❑ 0 Hartford Insurance Company of the Southeast, a coipuiauun dul% organized un(Icr the la"s ol'thc state ol'Flolida 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 l In 1 i I,,: t cd : Bradley Board, Jim H. Barr, Daniel i. Dacv 117, Tracie Garner, Chris Holt, Paula C Jones of FORT G7ORTF{, Cc-�xas 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 surely(les) only as delineated above by 0, 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 duty 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. `.,t..i..'„ tie{ a �Oa7 " �MA•p# z t' �b..y�y'. :o �� � ft ifs �`; . r•►►�• fDT9 � � lY79 !^ ✓l/)OLUA ryc� Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May 2021. before me personally carve Joelle LaPierre, to me known, who being by me duly sworn, did depose and say that (s)he resides in Seminole County, Slate of Florida. that ($)he is the Assistant Vice President of the Companies. the corporations described in and which executed the above instwment. 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 Occmre r Y. MV ('onunissum 1111 122280 Lxpires June 20. 302; 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 9th day of December, 2025. 0L.-I-1,17, 0-,-, �y �, 1� ( 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 Qov E-mail: ConsumerProtectioj7@tdi texas gov PREMIUM OR CLAIM DISPUTES: Shoutd 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. O BIDDER: Gra-tex Utilities Inc. By: Rex Heflin Po Box 1038 Kennedale Texas 76063 (Signature) Title: Estimator Date: 12/10/2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/19/2025 00 41 00 Bid Proposal Workbook- Addendum 3 update 12-10-25 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer 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 may be 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 We1w ardl Sanitary Sewer Replacerrerk5 Contract 2021, VVSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10466E 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 Weler and Sawary Se-mr Rce Aq[em9rt9 Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmjett No. 1046138 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 END OF SECTION CITY OF FORT WORTH Weler and Santary Sewer RepLgwrr*M Contract 2021, VVSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 1104666 Revised August 13, 2021 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, 8-inch diameter and Gra-Tex Utilities Inc. smaller Sewer Bypass Pumping, 18- inch and smaller Woody Contractors CCTV, 8-inch and smaller BCAC Sewer Collection System, Urban/Renewal, 8-inches and Gra-Tex Utilities Inc. smaller Sewer Pipe Enlargement 12- inches and smaller Excel 4 Construction Sanitary Sewer Manhole/Structure Interior BCAC Lining - Chesterton Coating Sanitary Sewer Manhole/Structure Interior BCAC Lining - Chesterton Coating Asphalt aving Construction/Reconstruction (15,000 square yards and Texas Materials 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_Heflin PO Box 1038 7218 Bloxom Park Road (Signature) Kennedale Texas 76060 Title: Estimator Date: /D - / 1 - Z-f END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Replacements Contract 2021, WSM-F Revised 09/19/2025 City Project No 104668 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 Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting john.kasavich(&FortWorthTexas.gov TPW Prequalificationgfortworthtexas.gov ctint.hoovergforhN htexas.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 Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 004513-2 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-inch and smaller Water Transmission, Urban/Renewal, 24-inch 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-inch and smaller Sewer Bypass Pumping, 18-inch — 36-inch Sewer Bypass Pumping 42-inch and larger CCTV, 8-inch and smaller CCTV, 12-inch and smaller CCTV, 18-inch and smaller CCTV, 24-inch and smaller CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inch and smaller CCTV, 48-inch and smaller Sewer CIPP, 12-inch and smaller Sewer CIPP, 24-inch and smaller Sewer CIPP, 42-inch 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 Facility Construction of Lift Stations Sanitary Sewer Manhole/Structure Interior Lining — Warren Coating Sanitary Sewer Manhole/Structure Interior Lining — Chesterton Coating Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 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: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 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. 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 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 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. 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 Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION 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 Various - TOTAL CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 004513-8 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 Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised June 13, 2025 2 3 4 5 6 7 8 9 10 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 104668. 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: 04-�A,+- ec , (AC. By: Company (Please Print) P O fox 1038 Signature: Address Vennc,L1e- -16QWn Title: CGa City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OFTARRANT § BEFORE ME, 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 for the purposes and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE this 11 th day of March .20 . E EG STEVEN HUGDAHLotary ID #128160988 y Commission Expires Notary Pu c in a>! for the State of Texas April 5, 2026 END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 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 subc ctors 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 Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised September 1, 2025 00 52 43 - 1 Agreement Page 1 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 Gra-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 ofthe mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 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 Fourteen Million, Five Hundred Ninety -Five Thousand, Nine Hundred Twenty -Eight and 00/100 Dollars ($ 14,595,928.00 ). 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 seven hundred and fifty (750) days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City six hundred and twenty- five Dollars ($625.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 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. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) 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. City of Fort Worth By: By: i Signature M Jesica McEachern Assistant City Manager (Printed Name) 03/20/2026 Title P o�4 I b3J3 Address ` �q(le. �a360W City/State/Zip Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX u yq Date P p�F..... a a �� o90 _Na Attest: °a�a °z JpIIad nEXp Sao. Jannette Goodall, City Secretary (Seal) M&C: 26-0116 Date: February 10, 2026 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. T�ex� �iinaeri Dena Johnson, P.E. Sr. Professional Engineer Approved as to Form and Legality: 4&0� Douglas Black (Mar 19. 2026 21:37:13 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: C rist,ph,r Harder (MjY 17, 2026 15 46 11 CDT) Chris Harder, P.E. Director, Water Department CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 (effective September 1, 2025) Bond Number: 4BCSJC2958 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF 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 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as to "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I I municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Fourteen Million, Five Hundred Ninety Five Thousand, Nine Hundred 12 sum of, Twenty Eight and 00/100--------------------------------------------------------- Dollars 13 ($14,595,928.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 10th day of February , 202a, which Contract is hereby referred to and made a part 19 hereof for all purposes as if frilly set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Water and Sanitary Sewer Replacements Contract 2021, 22 WSM p; CPN 104668 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 8, 2023 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 is 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 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 4th day of March t�' PT: l) Secretary Wrtness as to P . icipa( l PRINCIPAL,: Gra-Tex Utilities, Inc. BY:,� Signature M. Sheldon Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 Kennedale, TX 76060 SURETY: Hartford Fire Wsurriwce Compan BY. ' f. "�� Ignature Bradley Board, Attorney -in -Fact Name and Title Address: INSURICA Insurance Services, LLC Witt ss a - o Ir-ety Telephone Number: 817-261-1101 Email Address: .com *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 8, 2023 Bond Number: 4BCSJC2958 SECTION 00 6114 0061 14-1 PAYMENT BOND Page 1 of 2 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, Inc. 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 Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal Fourteen Million, Five Hundred Ninety Five Thousand, Nine Hundred 12 sum Ofiwenty Fight and nn/1nn--------------------------------------------------------Dollars 13 ($ 14 595,928 amd oo/loo- ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 10th day of February , 2026 , which Contract is hereby referred to and made 19 a part hereof for all purposes as if frilly set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as Water and Sanitary Sewer Replacements Contract 2021, WSM F; CPN 22 104668. 23 24 25 26 27 28 29 30 31 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 8, 2023 0061 14-2 PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 4th day of 3 March , 20 26 4 ATTEST: rincipal) Secretary 0 fitness as to Wincipal ATTEST: (Surety) Secretary 4Wss to Surety PRINCIPAL: Gra-Tex Utilities, Inc. BY; & — Signature M. SHeldon Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 Kennedale, TX 76060 SURETY: Hartfor it n rance Company Bvlzze:� gnature Bradley Board, Attorney -in -Fact Name and Title Address: INSURICA Insurance Services, LLC 5!)0 W 7th Street Ft Worth, TX 76102 Telephone Number: 817-261-1101 Email Address: Brad. Board(o)INSURICA.com 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 7 showing that this person has authority to sign such obligation. If Surety's physical address is 8 different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I 1 END OF SECTION 12 i CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104668 Revised December 8, 2023 Bond Number: 4BCSJC2958 SECTION 00 6119 0061 19 - 1 MAINTENANCE BOND Page I of 3 2 MAINTENANCE BOND 3 4 THE' STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That weGra-Tex Utilities, Inc. known as 8 "Principal" herein an([ 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 stun Fourteen Million, Five Hundred Ninety Five Thousand 12 OfNine Hundred Twenty Fight and 00/100-----------------5, 928 amyl M/1t1(I----i------------- 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, 'Texas, for payment 14 of which stun well and truly be made onto the City and its successors, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 10th day of February , 2026, which Contract is hereby 19 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 21 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 22 provided for in said contract and designated as Water and Sanitary Sewer Replacements Contract 23 2021, WSM-F, CPN 104668; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will remain 27 free from defects in materials or workmanship for and during the period of two (2) years after the 28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 31 receiving notice from the City of the need therefor at any time within the Maintenance Period. 32 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104669 Revised September 19, 2025 1 2 3 4 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 104668 Revised September 19, 2025 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WI1<ERE'OF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 4th day of 3 March 2026 5 6 7 8 9 10 11 A T: 12 13 1 (Principal) Secretary 16 17 18 19 20 Aitnesss to P cipal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Surety) S r ary 33 { , 34 - 5 35 Witnes as o Surely 36 37 PRINCIPAL: Gra-Tex Utilities, Inc. BY: ?� Signature M. Sheldon Rosenbaum, Vice President Name and Title Address: P.O. Box 1038 enne a e, TX 76060 SURETY. Hartford Fi I ance Company BY: Signature Bradley Board, Attorney -in -Fact Name and Title INSURICA Insurance Servies, L_L.0 Address:509 Fart Werth, TX 76012 Telephone Number: 817-261-1101 Email Address: Brad Rea IN&I IRI .corn 38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different fiom its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 f1000 Y [1)\[111ZIi�1 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article1— Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to 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............................................................................................................................ I I 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; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 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 Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities......................................................... 8.01 Communications to Contractor ......................................... 8.02 Furnish Data...................................................................... 8.03 Pay When Due.................................................................. 8.04 Lands and Easements; Reports and Tests ......................... 8.05 Change Orders................................................................... 8.06 Inspections, Tests, and Approvals .................................... 8.07 Limitations on City's Responsibilities ............................. 8.08 Undisclosed Hazardous Environmental Condition.......... 8.09 Compliance with Safety Program ..................................... Article 9 - City's Observation Status During Construction................................................................ 9.01 City's Project Manager................................................................................................. 9.02 Visits to Site..................................................................................................................... 9.03 Authorized Variations in Work....................................................................................... 9.04 Rejecting Defective Work............................................................................................... 9.05 Determinations for Work Performed............................................................................... 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.......... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 Article 10 - Changes in the Work; Claims; Extra Work ...................... 10.01 Authorized Changes in the Work ..................................... 10.02 Unauthorized Changes in the Work ................................. 10.03 Execution of Change Orders ............................................. 10.04 Extra Work........................................................................ 10.05 Notification to Surety........................................................ 10.06 Contract Claims Process ................................................... .................................................... 38 .................................................... 38 .................................................... 39 .................................................... 39 .................................................... 39 .................................................... 39 .................................................... 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 ................................ 12.01 Change of Contract Price........................................................................... 12.02 Change of Contract Time........................................................................... 12.03 Delays......................................................................................................... Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work., 13.01 Notice of Defects................................................................................................... 13.02 Access to Work...................................................................................................... 13.03 Tests and Inspections............................................................................................. 13.04 Uncovering Work................................................................................................... 13.05 City May Stop the Work........................................................................................ 13.06 Correction or Removal of Defective Work........................................................... 13.07 Correction Period................................................................................................... 13.08 Acceptance of Defective Work.............................................................................. 13.09 City May Correct Defective Work........................................................................ Article 14 - Payments to Contractor and Completion............................................................... 14.01 Schedule of Values................................................................................................. 14.02 Progress Payments................................................................................................. 14.03 Contractor's Warranty of Title.............................................................................. 14.04 Partial Utilization................................................................................................... 14.05 Final Inspection...................................................................................................... 14.06 Final Acceptance.................................................................................................... 14.07 Final Payment......................................................................................................... 14.08 Final Completion Delayed and Partial Retainage Release ................................... 14.09 Waiver of Claims................................................................................................... ..................... 46 ..................... 46 ..................... 47 ..................... 47 ..................... 52 ..................... 52 ..................... 52 ..................... 54 ..................... 55 ..................... 55 ..................... 55 ..................... 56 .................... 56 ..................... 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 ......... 16.01 Methods and Procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 .61 .61 Article 17 — Miscellaneous 17.01 Giving Notice 17.02 Computation of Times. 17.03 Cumulative Remedies.. 17.04 Survival of Obligations 17.05 Headings ...................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 ....................................................................... 62 ....................................................................... 62 ....................................................................... 62 ....................................................................... 62 ....................................................................... 63 ....................................................................... 63 00 72 00 - 1 GENERAL CONDITIONS Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or 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 of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplies —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 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shagrbe4Rr}qtioji�Ae &.�:prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but 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 Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page I I 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. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment 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: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be 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: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute 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. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to fizrnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Small Business Goal Compliance: It is City policy to foster competition, expand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. If the Contract Documents provide for a small business goal, Contractor shall comply with the City's Small Business Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a contracted small business and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted small businesses without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment. 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 the small business(es). Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for the disqualification of the Contractor to bid on future contracts with the City for a period of not less than one year. 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: 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the 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. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the 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 provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings 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: h!Ws://comptroller.texas.gov/taxes/Termit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemni and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related 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. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title 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 B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I 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 11.01.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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. 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, 11.01.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 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 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. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment.• 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: l . Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 00 73 00 SUPPLEMENTARY CONDITIONS (1 xei 11:13011101911II1] SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 4 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-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 11/04/2025: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION P01 Barry G Caldwell N/A P02 Sandra S Manchester 11/14/25 P03 lace & Laura Jackson N PO4 William & Jovanka Sorspartano 11/14/25 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 4 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Pavement Coring Report No. ECS #63:2153, dated October 20t' , 2025, prepared by ECS Southwest, LLC, a consultant of the City, providing additional information on Existing Pavement Depths and Conditions. SC-4.06A., "Hazardous Environmental Conditions at Site" 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: Westwood Professional Services, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's 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. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 4 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 SC-6.04., "Project Schedule" Project schedule shall be tier <1, 2, 3, 4, or S> for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy and Highway Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: https://anns.fortworthtexas.Eov/Prof ectResources/ 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: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November 4, 2025: CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Dena Johnson, or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions SC-5.02 Added notes to reviewer to delete Maintenance Bond if using T specifications 9/19/25 Michael OwenxDOT SC 6.20 Revised Contractors General Warranty and Guarantee language if using TxDOT specifications CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 19, 2025 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 01 11 00 - 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- 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 imers L� 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 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance 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 of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) 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 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES 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 Date Rejected CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.1 PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IfflMIU141W.1013Z%1/UIDlelM9,11101011i17x.I 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 each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Pagel of 5 1 SECTION 0132 16.1 2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ❑ E— co L ❑ 0 Q O G4 Q to -------------------- --------- 49 ❑ ❑ z • y Yd o i r----------- i T^ • • i Q O Vl 4% o 'My�I CJ - 2 - m ❑ W w m w w w W W W m. ro ro t 4 G G Q G G (� G G (� ❑ G G G 4 ❑ O O �' � � A � O r l •h ch o N �` N N o o d � �b N � d � d d d o d � � d � cS N m m w w w m m m m m m m m m m m m m m m m m 0 0 0C m W •O G G G 4 G G G Q G Z 2 2 b G 4 G G 4 4 N o 0 0 0 0 0� �i o� `� o N N N N2 L E � a C C 9 C p V Q a` V V m CU o -0 z a o ti z d ci it a O in in it p N 'C OT ed Ab E v � 1L LL d V U z° - I CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 ❑ E— co L o , 0 Q , , O----------- --------------------------- co 0 Q , ca � , 49 CU ❑ z o --------_�-----------i Q O Vl TH—FIF I i I I i I I 7 r� m m m O Li r ai O g O O O O 0 O O Z Z Q Q q p z q O z❑- Q Q o c2 C .� L Q C {{O�{{ o c � o � Q z z_ .1 O U U m E CU 0) � O g 'm Y6 m m E �, E m Yo 1° m E �. E �, �, E m '� °' o �n — 45 - YA — r5 i {� E to d O u] d CJ d C) — — S U O p] N oN o e '" om o '� c. cgi c4i c4i 2 i� LL 0 1 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE - BASELINE EXAMPLE Page 4 of 5 E- ❑ co L (0 o 0 Q I 0 0 Q 49 W Q T^ Vl nN 0 � �I � U Q OOI V1 -. O yU 7 r� 4: - ❑ m ❑ m m Li (i G1 � Z ❑ m L 0 Q V V V 0 3 d CU ❑ 10) E -moo �, 0 E o 0- s 8 4 8 T m �Vi ❑ — a � E U z O C: o I m ❑ rn p rn m � � � V Q Q� V 1L V U 4 1 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 0132 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 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 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pagel of 5 SECTION 0132 16.2 CONSTRUCTION SCHEDULE - PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 0132 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 5 E— a I ----------° ------- ------- --------- Q Q ' 0 00 . _ ___________ _______ __ ------ ------- vp ® I 0 ��I G G G G G 4 O O ch �A ry m NAlo N N o o 0 o c�'i o o d N N o o QQIy, G m Q G 4 0 0 0 Q _Q m m m m m m m w m w w w w w m m w w ¢ Q¢ a¢¢? �y o 0 0 0 0 0 `?' o o o N a �' a `� o 0 0 FBI �I Nb w w w w. w w w w w w m d d NN 4 LJ G G (� LJ (� G G G Q (� NN O O r11 V d 6 d m m d d d N rS o d d cS T/I r w� W m W m W m m ro W W rr�l v O O O N A 1 o 0 0 0 0 0 o o `b N oru o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o C C iC {{O�{{ c � o � Q N V d V U (U ro a m � � Oo a � U. 2, m (n (n z d d (J Ci lil (n a O rn lil (n p p] a¢ N .0 76 E LL IL V U i; 0 z I CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 5 a- ----- ---------- ----- CL � L O 4� �,: 00 LJ • _ --------- �------------ --- - _ _________ z z o 0 o w a w 0 0 o z a o o o w o o z o o ¢ Sr o o d Q m Q d a d d ry N°� m ry m m o ry d, o O 0 o z o 0 0 o z o N 0 0 z N N al Z p �+ iml�l L L �2 �2 �2 �2 �2 �2 �2 �2 �2 �2�, ����� ��2?,?,�2 �2 �2 F�FF� �2mmmF� �2 9F p� U o z z z' 3 i 3 o o z° z 3 a 2 2:a a a-�3 I i 2-�g ~ GJ O �L/:� � U 6 6 m t' a a 6 t' -6 � w a Umi a a a G ti' �� m m O O z O � � O Z N i¢¢ M [! O O O O Z Q [f [f N ¢¢ V lh O` N O � ry d � d � c� 0 hN 0� o o � cb J.d V� a C {{O�{{ o c � o � Q m m V E z z _ .1 O z z U U E 0 to CY) - - -0 a a z E m E o aN a am 5 o a� o a ti a— O to 2 td d— U u'7 z x — td U _ u, 8 O E a o e E � U LL U � i; 1 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 5 T11 Q O L^ ('M) rO' l�l i v0 mo oh cJ� nh o o cJ� � o N N `h O F�1 w w w w w 4 0 17 rn w w rn� m� rn FBI �% s � U � ��mmm��mmm A m N o�0000000� fu �E o 0 0 o o 0 0 m O 8 Fa m 0 0 m c � o m a H V E V V (L E O u o o d iz 4 9 o ti z o m a F I U 0 g � C C: m � � E 4 S7 qq �3i m rn rn V O m V LL UC) o I I I � I 1 CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised August 13, 2021 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION 0132 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A LIST of activities cnangea in the reporting perioa. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 0132 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART1- 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 and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 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 issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally 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 fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised October 6, 2023 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 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name _Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number _Project Name _YYYY-MM Example: 101376 North Montgomery Street HNIAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number _Project Name_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 48 G. Schedule Calendar CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised October 6, 2023 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 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 1.4.1-1 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Section 1.4.1 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised October 6, 2023 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 013216-6 CONSTRUCTION PROGRESS SCHEDULE 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 the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXVXY,X.30.40 Final Design XXXXXX30.50 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised October 6, 2023 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Final Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre -Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 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 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.104668 Revised October 6, 2023 013216-9 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 similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised October 6, 2023 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised October 6, 2023 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 32 33 - 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel 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 l . 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 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 %2 inches x 11 inches to 8 t/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 01 33 00 - 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 I 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 01 33 00 - 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 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] L I I FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] mi"IM11 Mpro71_Y_ lxll 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Paget of 8 1 SECTION 0135 13 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 f. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 11, 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air 17 Permitting: 18 https://www.tceq.texas.gov/assets/public/permitting/air/factsheets/permit-factsheet.pdf 19 D. TCEQ Air Permit 20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 21 E. Use of Explosives, Drop Weight, Etc. 22 1. When Contract Documents permit on the project the following will apply: 23 a. Public Notification 24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 25 prior to commencing. 26 2) Minimum 24 hour public notification in accordance with Section 01 31 13 27 F. Water Department Coordination 28 1. During the construction of this project, it will be necessary to deactivate, for a 29 period of time, existing lines. The Contractor shall be required to coordinate with 30 the Water Department to determine the best times for deactivating and activating 31 those lines. 32 2. Coordinate any event that will require connecting to or the operation of an existing 33 City water line system with the City's representative. 34 a. Coordination shall be in accordance with Section 33 12 25. 35 b. If needed, obtain a hydrant water meter from the Water Department for use 36 during the life of named project. 37 c. In the event that a water valve on an existing live system be turned off and on 38 to accommodate the construction of the project is required, coordinate this 39 activity through the appropriate City representative. 40 1) Do not operate water line valves of existing water system. 41 a) Failure to comply will render the Contractor in violation of Texas Penal 42 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 43 will be prosecuted to the full extent of the law. 44 b) In addition, the Contractor will assume all liabilities and 45 responsibilities as a result of these actions. 46 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 48 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name 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. H. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will 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. 1. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 L&IIZ17L101[Y_ IX11 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13— 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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.> m 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 11, 2022 2 3 4 Date: EXHIBIT B FORTWORTM, DOE NO. xxxx Project dame: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION 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) MR_ (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 11, 2022 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] LI I FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaiia 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work, including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 3. Specification 33 04 30 — Temporary Water Facilities 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various Items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Temporary Utilities 26 1. Obtaining Temporary Service 27 a. Make arrangements with utility service companies for temporary services. 28 b. Abide by rules and regulations of utility service companies or authorities 29 having jurisdiction. 30 c. Be responsible for utility service costs until Work is approved for Final 31 Acceptance. 32 1) Included are fuel, power, light, heat and other utility services necessary for 33 execution, completion, testing and initial operation of Work. 34 2. Water 35 a. Contractor to provide water required for and in connection with Work to be 36 performed and for specified tests of piping, equipment, devices or other use as 37 required for the completion of the Work. 38 b. Provide and maintain adequate supply of potable water for domestic 39 consumption by Contractor personnel and City's Project Representatives. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised 9/19/2025 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 45 46 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 c. If required, provide temporary water service needed to maintain customer service to the public during project, in accordance with Section 33 04 30 — Temporary Water Services. d. Coordination 1) Contact City 1 week before water for construction is desired e. Contractor Payment for Construction Water 1) Obtain construction water meter(s) from City for payment of water usage associated with construction water as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised 9/19/2025 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 D. Temporary Fencing 2 1. Provide and maintain for the duration or construction when required in contract 3 documents 4 E. Dust Control 5 1. Contractor is responsible for maintaining dust control through the duration of the 6 project. 7 a. Contractor remains on -call at all times 8 b. Must respond in a timely manner 9 F. Temporary Protection of Construction 10 1. Contractor or subcontractors are responsible for protecting Work from damage due 11 to weather. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Temporary Facilities 27 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised 9/19/2025 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/19/25 M Owen 1.1. C. — Referenced 33 04 30 Temporary Water Facilities 1.4. A. 2. — Provided clarification re: temporary water service for the public CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised 9/19/2025 01 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 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 and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 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 spec ific ation, unles s a date is spec ific ally c ited. 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 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 controlplans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 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) can be used as an alternative to preparing 4 project/site specific traffic controlplan 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 is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a 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 Controlplans in accordance with Section 34 71 13. 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 Division to 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's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 2021 01 55 26 - 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" i applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 2021 0157 13 -1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 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 1. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 0158 13 -1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 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 free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 58 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.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 0133 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 9, 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 66 00 - 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 66 00 - 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Paget of 4 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised November 22, 2016 01 70 00 - 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 1) 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised November 22, 2016 01 70 00 - 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.I.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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised November 22, 2016 01 70 00 - 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 0 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised November 22, 2016 FORTWORTH.) Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOTright-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI I. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER " III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal —Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 w m 1016 V m Z w C m V w < w cn m w J m O w � J m O CD U � CP #1 EL. = 100, 00' N=5000.00 E=5000.00 o w z ~ = w o m U o = w Cr7 = LL- W C� < X m W W CC D V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 M o y a 3 0 y a \ \ a§ Iz \ jm » -5 \ E 9 G \ �§ � } � (% \ o ( \\ E LLJa+EL Ld ( ( \ § �� �\ LLJ o a L 7 +m \ I2 rga _ �=z _, 2=&u \ m -I /U@] § /\a _ _ ; u7 3 : \]{ VE 5an Rai Sewers akin »\Specs- ds Governance PmesATe mpoe 95pec ReGca@GIDG7r CpDe very Div 0So171 2I «J1-Attachme% A Suwp StakingaandaeydoJ Page gw22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 0 LL- Ld d r w � � L+7 f w z Q Lfi v faC CCo �r CD LL 12' Of5 Ss LLJ C3 7 Q J LLI Oa Q� W Z W � �a CDw 2 W Ir- L� a 4 Z W J 2 Example Sanitary Sewer Stakes III STk=3+7y'a I+n C-ice II 52 STA-3+71'a I n C-3m II C-31a I C--,,a �t W 0 < Na o H w d =2 � W d O 2 l/ W � a �- 47 w m n Ln j 2 {g Y N z 7 w 4 C _ F P CD o G VI d 7 � $ = STPr C w CO �s d U -01 C-0� / w ham/ C U LLIW W W mm r� EA Cr4" it 4 W a a W a aLd a La �5� � L pp €7 F aO{n w rr7a �Z � rn+ Clw a r oLL o+ o- co +)+ Ua wK =c. �.1� ��a\�a� �� m dZ da a c. Oq O aft JW a C-5 din C-5 F+6 QL a LD rc LLI w F Wvm a v ('4f/ `J aLLj m�J J =mz � f F a ofs s5 srn m. C-(,- En3 Q = m J w 6� a n F: w yt FLL v3�a LLj z EL z m 3 Da _ Elf o 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING ) (SIDE FACING 8 NO FLAGGING REQUIRED 0 IN LIEU OF PINK PAINTED LATH n � m m o m _ m BACK z BACK {sloe FhaNC a.aw.) {SUE FAOINc a.a.w-) IDENTIFIES M110-I TrI IDENTIFIES 1lHICH POINT # END OF THE WNG PRINT 0 Q END OF THE YdNG I� BEING STAKED BEING STAKED rn v, HOE ELEVATION II INLET STATION HUE ELE AT UN c + [IF NOTED ON PLANS] + IDENTIFIES GRADE TfC, TO TOP OF CURB T 9 �I O O IDENTIFIES GRADE FL TO FLOMJNE DISTANCES FOR INLETS STANDARD 10' — 16' RECESSED W — 20' STANDARD DUJBLE 10' — 2&67 HUB %MTH TACK , — — — — — — RECESSED ddJBLE 10— —30— — — — — — — — — — — I I 9kCFK OF INLET Iw Cti �I MAR ��LE 4I BACK OF CURB BACK OF CURB FLOhLINE FACE OF INLET FACE dF INLET FLDWLINE EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) 0 o FRONT IDENTIFIES END FRONT (SIDE FACING POINT OF aI FRONT � T GENT SIDE FACING C DENTmES START p PONT OF CURVATURE PC �SlDE FACING } w ec _ C PT + F BACK IDErInFIEs OFFSET Is r4 o r/c BACK CF CUpB CR F/C (SIDE FACING R.O.W.) FOR FACE OF CUF7H r/c o a T PaNr #+ P a/c III N III I III I IDENTIFIES GRADE IS II T/c. TD TQP OF GUPH NO GRXi E ON HUB ELEVA110N T RAPIU5 PUNTS —� 1 NO FLAGGING REQUIRED f y IN LIEU OF PINK PAINTED LATH r / TOP OF CURB BACK OF CURB FACE OF CURB I ---�-�� FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 e ;ram / w&�4 / e y, Z g �Z 2 ! 3DNYiS10».091\ n= « _, (&�® 15 »I =NVi m », « ICea _ ) � / ; R6 \ 2E ~ \ O: Pecs gs§AenancePmes T mpoe Rspec Re#C pi»D@i r C pDeliveryD&o#0171 23.1 J1 kb+ me% A Su&e StakingaandagsdoJ Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. -CUT + FILL 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 . sTAO-A'aav w I@WL IFLDYD EN gEgN PROP. 0 WJM AOTAIL, •}I�xizTEE i �1�, Pw BLK 6 LOT z 3 ft,i W" t d �.• tom. I ExlSl, ,rrwATATER Cf . •14 xarr, N.63pm&m'JO ELEV. 7MA2 A. o-5im KWArFR RE"E 6$"AGEO TE VI&E & FdfjxSTA7YNEL7 70-ExiIiSTWL INSTALI, 1,0SOUD SLEEVE STAR'- I2'WL r r2 x a riEDccr R 4 l AU5 M-5947 95 VALVE V h J2' �YEIfP. @END N%94TOASB940 C NGS47091ffiZ5 E-22-90377734 E•P-29fi3R,57F0 2 ` JNSTALL h 12x BANdR.14 TE£ tip hB&0'E VALVE' h FIRE Nl ULF OW& Wr L"M h ILF QTE VALVE N-69iPAi[dD289 E,2.i8B LOT I f rp Q "r air 94'C7t —R h. ft. A Nat.• fJ$DY�'� ELEV. 7MM TBV I 5M N.. 06 f POSED SAWARY Sd REZVE & S"AW SEE SHEET` EXIST. GRE VALVE STA D�Tam - 12W ASTAiL WT A , F IY 4SVERT. SEND N-6S4lD77-4R9�4 Cw L.nuc STA 040= - 12• WL rF-M MJ S'TA 0t67M - !E' W STA 0awo59 - M, INSTALL: A57'IY6 pYSTALG I. ZN.L. 5OUD SIFEVE F!E'45VL"h7. QEAID h124TVER1=@EYD 5� LF OF 12'WATER PIPE N+d}470555347 N6947052%5,7 CONNECP TO EVST. 1ZWATER E-2296m3MU E•229630IBS10 N�594114:i9D9 f-22�.#04dT36 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 0:\Sp UM E&O BLK 29 LC7 2 I Q 3)OS Fe w.FdT wenn l0i 3 10 CIO. /b w,F fiNMf� •YSNY?Ma' SEWER' L 9 a 1 E I ,Z 5EFYk�'E W/ CLF_AIAXaT IB�'ry W W:VJ LAYTON RD. W.�Iv� g X: co • o w � co a-wH p Ex 0 wau IZ WATER O wur. wi a w cn UNE A L-3654 U) 0 ssse EX. e S -- T � v `j 4 , spy J 12CY dSM. -%#ER —F i •aA v STA I -SW - Or SS LINE A • LOT 2 I W J EXIST. STA.0-ML3171- FF"E EXISTSSMH va.cicic r mm f �yF i + CCWSTRUCT 5 LF OF B'55 LINE CLWST {LYA5SN.7 INCLULiE cmucmYAR & 1!H INSERT C10>% �+ W/ CM9 SAW PROTECTION CUNNELT PRUP. sSS (AW) WNNECT PRGP. B SS MEOW TO PRq? SSYH. N-634EH15S252 E22961559231 CITY MAP NO. 2018-380,2018-3'. IviAPSCO PAGE NO.74N, S, T, r r T 7 T T 6 !DO eC 2-00 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 1\01 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307,399 2296038.306 726.95 GV RIM l_�L�blt ) �S 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f �` 6 6946190,528 2296022.721 722.325 FH i 4 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 7XCE4- L 9 6946003.056 2295933.418 713.652 CO RIMn1(�zT 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869,892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.198 708.205 WM RIM p S L 14 6945934.286 2295841.925 709.467 WM RPM 15 6945936,727 2295830,441 710.084 CO RIM iOG(�%� 16 6945835.678 2295799.707 707.774 SSMH RIM ! 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758,643 711.218 SSMH RIM �f 19 6945768.563 2295779.424 710,086 GV RIM `P, 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM f_ 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM �Ll 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM TD 27 6945519.834 2295619.49 732.689 WM RIM C 6-moo 4` 28 6945417.879 2295580.27 740.521 WM RIM L t Sit 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 37 6945233.624 6945206.483 2295544.626 2295529.305 749.59 SSMH RIM 751.058 WM RIMQ ✓rs' 38 6945142.015 2295557.666 750.853 WM RIM I rnV C 39 6945113.445 2295520.335 751.871 WM RIM 7 40 6945049.02 2295527.345 752.257 SSMH RIM V 7 41 6945041.024 2295552.675 751.79 WM RIM 42 43 6945038.878 6945006.397 2295552.147 2295518.135 751.88 WM RIMy 752.615 WM RIM Sy 1#�# 44 6944944.782 2295520.635 752.801 WM RIMS 45 6944943.432 2295556.479 752,156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 OrcfflV'— a . ---- ------ ----- ------ ------ ------ ------ ------ ------ ----- ----- ----- ----- ----- ----- ----- ------ ti V d 2 2 3 � � E r E � $ � cq < 3 a IT qqI III, I lilII, F z Q' 3 31 pp 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 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. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 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 — Attachment A — 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. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 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) W ter 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) W ter 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 PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 017123-6 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.Ift 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 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 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 017123-8 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- 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 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 2.1 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 01 77 19 -1 CLOSEOUT REQUIREMENTS Page 1 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 a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 2021 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2of3 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 of the 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's written 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 limited to: 29 a. Specified spare parts 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. Light bulbs 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 WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 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 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [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 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised March 22, 2021 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. 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 1/2 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 3. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 f. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS 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 SUBMITTALSANFORMATIONAL 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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. 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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 Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands <Provide current statement of record(s) legal title and legal descriptions for lands upon which the Work is to be performed> GC-4.02 Subsurface and Physical Conditions <Provide reports and/or drawings relative to subsurface conditions at the Project Site (excluding Underground Facilities)> GC-6.06.D Small Business Compliance <Provide Small Business Utilization Form> GC-6.07 Wage Rates <Provide the applicable wage rate table(s) for this Project> GR-01 60 00 Product Requirements <Provide City's current Standard Product List> CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 TX Registered Firm # F-8461 IMF&- ECS Southwest, LLP 2621 White Settlement Road EC Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 October 20, 2025 City of Fort Worth Fort Worth, TX 76102 ATTN: Stephen Overton, PMP, RSO CC LETTER OF TRANSMITTAL RE: CPN 104668 Water & Sewer Westwood ECS Job # 63:2153 Permits: Location: Western Ave & Bryce Ave Fort Worth, TX 76107 X Field Reports X For your use X As requested ENCL: Field Report # 32 10/20/2025 coring report Timothy Tarbutton Subsidiary Regional Manager Dylon R. Appell CMT Staff Professional Disclaimer 1. This report (and any attachments) shall not be reproduced except in full without prior written approval of ECS. 2. The information in this report relates only to the activities performed on the report date. 3. Where appropriate, this report includes statements as to compliance with applicable project drawings, and specifications for the activities, performed on this report date. 4. Incomplete or non -conforming work will be reported for future resolution. 5. The results of samples and/or specimens obtained or prepared for subsequent laboratory testing will be presented in separate reports/documents. Transmittal Page 1/18 1000.1 TX Registered Engineering Firm # F-8461 ECS Southwest, LLP 2621 White Settlement Road ECS Fort Worth, TX 76107 T 682.350.2250 F 817.847.8616 Project CPN 104668 Water & Sewer Westwood Location Fort Worth, TX Client City of Fort Worth Contractor None Listed Remarks coring report Trip Charges* Tolls/Parking* Mileage* Chargeable Items FIELD REPORT Project No. 63:2153 Report No. 32 Day & Date Monday 10/20/2025 Weather °/ On -Site Time 0.00 Lab Time 0.00 Travel Time* 0.00 Total 0.00 Re Obs Time 0.00 Time of Arrival Departure 4:OOP 4:OOP * Travel time and mileage will be billed in accordance with the contract. Summary of Services Performed (field test data, locations, elevations & depths are estimates) & Individuals Contacted. Please see the revised coring report. This data report was revised to include the coring compressive strength data. By Dylon R Appell 1310 Transmittal Page 2/18 C ECS SOUTHWEST, LLP Geotechnical • Construction Materials • Environmental • Facilities Laboratory Test Results for Water and Sewer Westwood Project: CPN# 104668 Date Tested: 12/23/2024 to 01/28/2025 Requested by PM: Stephen Overton "One Firm_ One Mission_ " This report presents the results of Concrete Restoration project for the City of Fort Worth. Benjamin Bills and Abanoub Mousa performed these tests, and subgrade lab tests. Chris Alexander reviewed, approved the results, and was later revised by Dylon Appell. HOLE # 1 LOCATION: 2013 Carlton Ave: 11.25" HMAC 12.00" Brown Sandy Fat Clay ATTERBERG LIMITS LL: 54 PL: 27 PI: 27 HOLE # 2 LOCATION: 1913 Carlton Ave: 4.50" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 41 PL: 22 PI: 19 HOLE # 3 LOCATION: 1817 Tremont Ave: 2.25" HMAC 6.25" Concrete (3560 PSI) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 45 PL: 22 PI: 23 2621 White Settlement Road, Fort Worth, TX 76107 • T: 682-350-2250 - www,ecsl mited.com ECS Florida, LLC • ECS Mid -Atlantic, LLC ECS Midwest, LLC • ECS Southeast,. LLP • ECS Southwest, LLP Tx _ - . .61 Transmittal Page 3/18 Paige 1 of 16 HOLE # 4 LOCATION: 1908 Tremont Ave: 3.00" HMAC 12.00" Light Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 33 PL: 18 PI: 15 HOLE # 5 LOCATION: 2006 Tremont Ave: 3.00" HMAC 6.50" Concrete (4090 PSI) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 45 PL: 22 PI: 23 HOLE # 6 LOCATION: 2100 Tremont Ave: 2.00" HMAC 6.75" Concrete (5480 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 26 PL: 18 PI: 8 HOLE # 7 LOCATION: 2110 Tremont Ave: 2.75" HMAC 5.50" Concrete (5480 PSI) 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 47 PL: 22 PI: 25 HOLE # 8 LOCATION: 1821 Thomas Place: 3.00" HMAC 12.00" Light Brown, Silty Sand with Gravel ATTERBERG LIMITS LL: 30 PL: 24 PI: 6 Transmittal Page 4/18 Paige 2 of 16 HOLE # 9 LOCATION: 1800 Thomas Place: 3.00" HMAC 12.00" Brown Silty Sand with Gravel ATTERBERG LIMITS LL: 29 PL: 22 PI: 7 HOLE # 10 LOCATION: 4604 Byers Ave: 3.50" HMAC 3.75" Concrete (Broken) 12.00" Light Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 28 PL: 17 PI: 11 HOLE # 11 LOCATION: 4631 Byers Ave: 3.00" HMAC 12.00" Brown Lean Clay with Gravel ATTERBERG LIMITS LL: 48 PL: 21 PI: 27 HOLE # 12 LOCATION: 2317 Hillcrest 2.00" HMAC 12.00" Light Brown Silty Sand with Gravel ATTERBERG LIMITS LL: 28 PL: 21 PI: 7 HOLE # 13 LOCATION: 2021 Hillcrest 2.25" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 28 PL: 20 PI: 8 Transmittal Page 5/18 Paige 3 of 16 HOLE # 14 LOCATION: 1900 Hillcrest 4.00" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 27 PL: 19 PI: 8 HOLE # 15 LOCATION: 1809 Hillcrest 3.00" HMAC 12.00" Reddish/Brown Silty Sand with gravel ATTERBERG LIMITS LL: 21 PL: 19 PI: 2 HOLE # 16 LOCATION: 4614 Bryce Ave: 4.75" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 35 PL: 20 PI: 15 HOLE # 17 LOCATION: 4608 Bryce Ave: 7.5" HMAC 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 43 PL: 21 PI: 22 HOLE # 18 LOCATION: 4606 Collinwood 4.25" HMAC 12.00" Dark Brown Fat Clay with Sand and Gravel ATTERBERG LIMITS LL: 60 PL: 25 PI: 35 HOLE # 19 LOCATION: 4632 Collinwood 3.5" HMAC 12.00" Light Brown Sandy Lean with Gravel ATTERBERG LIMITS LL: 31 PL: 15 PI: 16 iransmittai rage b/15 Page 4 of 16 HOLE # 20 LOCATION: 4720 Collinwood 3.25" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 32 PL: 16 PI: 16 HOLE # 21 LOCATION: 4809 Camp Bowie Blvd: 3.5" HMAC 12.00" Brown Lean Clay with Sand and gravel ATTERBERG LIMITS LL: 35 PL: 18 PI: 17 HOLE # 22 LOCATION: 4500 El Campo: 2.75" HMAC 5.50" Concrete (5460 PSI) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 27 PL: 19 PI: 8 HOLE # 23 LOCATION: 4416 El Campo: 3.75" HMAC 8.25" Concrete (1070 PSI) 12.00" Tan Sandy Lean Clay ATTERBERG LIMITS LL: 32 PL: 19 PI: 13 HOLE # 24 LOCATION: 2321 Ashland: 2.5" HMAC 12.00" Light Brown Silty Gravel with Sand ATTERBERG LIMITS LL: 21 PL: 20 PI: 1 Transmittal Page 7/18 Paige 5 of 16 HOLE # 25 LOCATION: 2321 Tremont: 4.0" HMAC 12.00" Dark Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 46 PL: 25 PI: 21 HOLE # 26 LOCATION: 2318 Thomas Place: 1.5" HMAC 6.375" Concrete (5990 PSI) 12.00" Dark Brown Fat Clay with Sand and Gravel ATTERBERG LIMITS LL: 55 PL: 22 PI: 23 HOLE # 27 LOCATION: 4109 El Campo: 2.0" HMAC 6.25" Concrete (5460 PSI) 12.00" Tan Sandy Lean Clay ATTERBERG LIMITS LL: 36 PL: 18 PI: 18 HOLE # 28 LOCATION: 4320 Pershing Ave: 1.75" HMAC 4.5" Concrete (5740 PSI) 12.00" Reddish Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 33 PL: 19 PI: 14 HOLE # 29 LOCATION: 4232 Pershing Ave: 3.5" HMAC 12.00" Reddish Silty Gravel with Sand ATTERBERG LIMITS LL: 21 PL: 19 PI: 2 Transmittal Page 8/18 Paige 6 of 16 HOLE # 30 LOCATION: 4136 Pershing Ave: 4.5" HMAC 12.00" Dark brown Sandy Silt with Gravel ATTERBERG LIMITS LL: 48 PL: 33 PI: 15 HOLE # 31 LOCATION: 4108 Pershing Ave: 8.125" HMAC 12.00" Brown Sandy Silt with Gravel ATTERBERG LIMITS LL: 41 PL: 31 PI: 10 HOLE # 32 LOCATION: 4433 Western Ave: 6.00" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 26 PL: 15 PI: 11 HOLE # 33 LOCATION: 4433 Western Ave: 8.0" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 35 PL: 22 PI: 13 HOLE # 34 LOCATION: 4501 Western Ave: 9.125" HMAC 12.00" Dark Brown Sandy Fat Clay with Gravel ATTERBERG LIMITS LL: 58 PL: 26 PI: 32 HOLE # 35 LOCATION: 2409 Western Ave: 2.25" HMAC 12.00" Light Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 41 PL: 19 PI: 22 iransminai rage unts Page 7 of 16 HOLE # 36 LOCATION: 2101 Hulen Street: 1.75" HMAC 5.50" Concrete (3360 PSI) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 28 PL: 19 PI: 9 HOLE # 37 LOCATION: 2205 Hulen Street: 2.50" HMAC 4.375" Concrete (Broken) 12.00" Brown Sandy Fat Clay with Gravel ATTERBERG LIMITS LL: 51 PL: 24 PI: 27 HOLE # 38 LOCATION: 4601 Collinwood Ave: 1.75" HMAC 6.75" Concrete (Broken) 12.00" Brown Silty Sand with Gravel ATTERBERG LIMITS LL: 19 PL: 13 PI: 6 HOLE # 39 LOCATION: 2017 Western Ave: 2.25" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 34 PL: 19 PI: 15 HOLE # 40 LOCATION: 2608 Western Ave: 3.50" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 34 PL: 19 PI: 15 Transmittal Page 10/18 Paige 8 of 16 HOLE # 41 LOCATION: 2580 Western Ave: 3.00" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 40 PL: 21 PI: 19 HOLE # 42 LOCATION: 2101 Hulen Street: 1.75" HMAC 7.00" Concrete 12.00" Dark Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 29 PL: 18 PI: 11 HOLE # 43 LOCATION: 2220 Western Ave: 6.00" HMAC 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 33 PL: 21 Pl: 19 HOLE # 44 LOCATION: 4100 Pershing Ave: 3.00" HMAC 4" Concrete (Broken) 12.00" Tan Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 33 PL: 19 PI: 14 HOLE # 45 LOCATION: 4109 Pershing Ave: 1.00" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 25 PL: 14 PI: 11 Transmittal Page 11/18 Paige 9 of 16 HOLE # 46 LOCATION: 4133 Pershing Ave: 2.50" HMAC 5.50" Concrete (Broken) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 25 PL: 14 PI: 11 HOLE # 47 LOCATION: 4325 Pershing Ave: 3.50" HMAC 4.75" Concrete (5770 PSI) 12.00" Tan Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 33 PL: 19 PI: 14 HOLE # 48 LOCATION: 4308 Pershing Ave: 3.50" HMAC 5..25" Concrete (Broken) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 28 PL: 17 PI: 11 HOLE # 49 LOCATION: 4811 Collinwood Ave: 5.00" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 29 PL: 21 PI: 8 HOLE # 50 LOCATION: 4729 Collinwood Ave: 4.00" HMAC 12.00" Reddish Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 42 PL: 20 PI: 22 Transmittal Page 12/18 Paige 10 of 16 HOLE # 51 LOCATION: 4639 Collinwood Ave: 4.25" HMAC 12.00" Light Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 39 PL: 18 PI: 21 HOLE # 52 LOCATION: 4607 Collinwood Ave: 4.00" HMAC 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 33 PL: 15 PI: 18 HOLE # 53 LOCATION: 1821 Thomas Ph 2.50" HMAC 12.00" Tan Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 28 PL: 19 PI: 9 HOLE # 54 LOCATION: 1719 Thomas PI: 2.75" HMAC 12.00" Brown Sandy Fat Clay with Gravel ATTERBERG LIMITS LL: 51 PL: 22 PI: 29 HOLE # 55 LOCATION: 2009 Carleton Ave: 3.00" HMAC 12.00" Dark Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 41 PL: 31 PI: 10 HOLE # 56 LOCATION: 4470 El Campo Ave: 2.25" HMAC 4.75" Concrete (3900 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 30 PL: 16 PI: 14 iransmittai rage lints Page 11 of 16 HOLE # 57 LOCATION: 4534 El Campo Ave: 3.00" HMAC 6.25" Concrete (4430 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 27 PL: 17 PI: 10 HOLE # 58 LOCATION: 2201 Hulen St: 2.25" HMAC 7.50" Concrete (4470 PSI) 12.00" Tan Sandy Lean Clay ATTERBERG LIMITS LL: 37 PL: 17 PI: 20 HOLE # 59 LOCATION: 2213 Hulen St: 2.00" HMAC 6.25" Concrete (3510 PSI) 12.00" Tan Sandy Lean Clay ATTERBERG LIMITS LL: 32 PL: 16 PI: 16 HOLE # 60 LOCATION: 2101 Hulen St: 2.00" HMAC 6.25" Concrete 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 29 PL: 18 PI: 11 HOLE # 61 LOCATION: 2209 Hillcrest St: 2.50" HMAC 12.00" Silty Sand with Gravel ATTERBERG LIMITS LL: 29 PL: 22 PI: 7 Transmittal Page 14/18 Paige 12 of 16 HOLE # 62 LOCATION: 2113 Hillcrest St: 2.00" HMAC 12.00" Brown Silty Sand with Gravel ATTERBERG LIMITS LL: 32 PL: 25 PI: 7 HOLE # 63 LOCATION: 2017 Hillcrest St: 2.00" HMAC 12.00" Light Brown Sandy Silt with Gravel ATTERBERG LIMITS LL: 27 PL: 20 PI: 7 HOLE # 64 LOCATION: 1837 Hillcrest St: 2.25" HMAC 12.00" Brown Silty Sand with Gravel ATTERBERG LIMITS LL: 31 PL: 23 PI: 8 HOLE # 65 LOCATION: 1815 Hillcrest St: 2.50" HMAC 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 40 PL: 20 PI: 20 HOLE # 66 LOCATION: 2309 Tremont Ave: 2.00" HMAC 5.00" Concrete (4870 PSI) 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 47 PL: 18 PI: 29 HOLE # 67 LOCATION: 2213 Tremont Ave: 2.50" HMAC 3.50" Concrete (6340 PSI) 12.00" Dark Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 44 PL: 19 PI: 25 iransmittai rage louts Page 13 of 16 HOLE # 68 LOCATION: 2105 Tremont Ave: 3.00" HMAC 5.25" Concrete (2360 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 29 PL: 16 PI: 13 HOLE # 69 LOCATION: 2005 Tremont Ave: 2.00" HMAC 6.25" Concrete (3550 PSI) 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 45 PL: 19 PI: 26 HOLE # 70 LOCATION: 1817 Tremont Ave: 2.25" HMAC 7.75" Concrete (Broken) 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 44 PL: 19 PI: 25 HOLE # 71 LOCATION: 2017 Carleton Ave: 2.00" HMAC 12.00" Dark Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 37 PL: 24 PI: 13 HOLE # 72 LOCATION: 4109 El Campo Ave: 2.00" HMAC 6.25" Concrete (4120 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 32 PL: 16 PI: 16 Transmittal Page 16/18 Paige 14 of 16 HOLE # 73 LOCATION: 4209 El Campo Ave: 2.50" HMAC 5.75" Concrete (4630 PSI) 12.00" Brown Fat Clay with Sand and Gravel ATTERBERG LIMITS LL: 56 PL: 21 PI: 35 HOLE # 74 LOCATION: 4309 El Campo Ave: 4.00" HMAC 5.00" Concrete (5600 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 26 PL: 16 PI: 10 HOLE # 75 LOCATION: 4339 El Campo Ave: 2.75" HMAC 6.25" Concrete (6480 PSI) 12.00" Light Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 27 PL: 17 PI: 10 HOLE # 76 LOCATION: 4609 Byers Ave: 2.50" HMAC 4.75" Concrete (3690 PSI) 12.00" Brown Sandy Lean Clay with Gravel ATTERBERG LIMITS LL: 39 PL: 18 PI: 21 HOLE # 77 LOCATION: 4631 Byers Ave: 2.75" HMAC 2.75" Concrete (4730 PSI) 12.00" Brown Fat Clay with Sand and Gravel ATTERBERG LIMITS LL: 56 PL: 24 PI: 31 Transmittal Page 17/18 Page 15 of 16 HOLE # 78 LOCATION: 4614 Bryce Ave: 4.50" HMAC 0.75" Concrete (Broken) 12.00" Brown Lean Clay with Sand and Gravel ATTERBERG LIMITS LL: 48 PL: 22 PI: 26 HOLE # 79 LOCATION: 4608 Bryce Ave: 8.00" HMAC 0.75" Concrete (Broken) 12.00" Brown Fat Clay with Sand and Gravel ATTERBERG LIMITS LL: 51 PL: 22 PI: 29 Transmittal Page 18/18 Paige 16 of 16 GC-6.06 D — Small Business Utilization Form THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 0 bA co a C a� E E O \ v O p rn x O ~ i O a� U m > m LL W O W y ❑ W m = W m Cl) W U N W m N �_ rA CU U m N c CD ❑ LL co E N (n Co W z ElMn m � Q H a) z } Q O a) ❑ z U El 0 W W CU 0 0 V W coV �' W z a a W L O to � z z a) �- r z a H H W Q 0 0 0CC U C W W W_ O W_ O Ul N N O a E� c N L o c x �33a) amUa a m V maOo0C)U 6 c E O co m In ~ a) � 3 > m E CO a) IZ a) Y 0 a) c U) O U T m N v ch Y U u) U a) a) C N Y co co I H O In c) p C: X a) 3 O O U s a) U O O N M � C i a) '(n O Q 3 O O m C cc a) 0 a)--7,E � a c U � � � 0 U > co x Co Y QQo a a) c U o U m U) Qco c) p E LL E U p a) co L � }' U O_ bA 3 Y N U N O O N a) V Q E o LL > a) V) U p a) C � N U) O 3 Z O m 3 U) co .a) E U C IE O O a C O by � � L o Y i cu •i a) a) m _ U- a) .� 0 O cz m as U ° p c a) O is O O N 4) m a) E co O bA U U a) C m cu E a) t a) a) 0 a) 3 O U a) .Q .3 U E 3 i co U cn �0 c cn 3 N m � CL Q LO N O N I- 00 N Qi cc p 0 04 _ m 0- ❑ 2 k « / 2 c 0 � (D £ � m / @ ■ � 2 2 0 � 2 0 $ 2 k ■ 0 cu 0 Q ■ § a � / E / 0 � � k ■ _ a a § / a ( / < 2 < 2 § & m I e © 4 R « § &/ O m I e G 4 R \ q k \ o \ q k \ o / / / / \ \ ❑ El El El\ \ ❑ ❑ ❑ ❑ W. : I} E} c c LU LU 0 0 cn cn w w a k a k 2 2 I I § V § cn \ � k \ � k Lu § \ § z (A W § z (n L « Q 2 LL at m Q z \ \ 2 0 � } 0 � } to ta k k w w w — w — c U a cn a 2 2 k� B k W E B E 2 § } ) 2 z 2 2 � / / ) � \ LU / / ) U a E c k k a E � k M. \ 2 2 \ 2 2 0 z o m« a w o z 0 m« m w o £ 04 0 2 @ 3 � _ ./ _ cc � a T U U U Cl) a) cn to Q 0 to Q 0 to Q 0 a C) W F- a C) W F- Q U) o U U o m o U U o m o U U o m Z 0 m Z 0 �X- Z 0 a� 2 2 aD L L ❑ ❑ ❑ ❑ L L ❑ ❑ ❑ ❑ L L U U U U U U � W � (D L a a) L a (L) L a N H fn H N F- a 0 0 LU LU w a a a fn fn fn w_ w_ w_ J a Vj Q J a Nl m J a f/1 °' D a a D a cn a cn a (n a fn N U)_ 3 fn 3 N _ w N w y _ w y w cr i 0 w •i w cr i 0 N O a) Z y O cc a) Cl) p Z y N O O Z O U O fn O O U O cn O O U O N O w Q U w m U � w U } Z Q Q > Z Q a > Z Q a F-H Z la F-.� I - Z U) F- tf} O O O V% w V% w cn wLLI J LU J LU J U) a fn a fn a fn a fn a V) a w w w N N 0 N � fn N C O N Gi C � fn Ci C a cc E O Q cc E O a oc E O O cc O OZ Z Z Z °Z Z a U U Q a s cn CC N m U cn CC a cn CC y N y ++ U w H O O J_ ai w H c O L O [ J_ m w �- a) L O = J_ cc as Z N O m C Z y -0 O O C Z y O O C Q O s E O a 0 = -0 m E O Q O 3 -C E O Z U m Q a w U Z U m Q a w U Z U m Q m w U LO N O N O CY) G) 0 bA (o 0- 40- rsr rsr 4a O U co C O U N � N W_ U J O Q � C a' °) U (n Q i a i O O 7 O (n U L L Q L O W � r 0 Oco U O O (n m Ch m (n C J O E O m Wc L •y L a C m E a N U. c 0 U cn z Z O O O Y Y +J c c c 0 a Q Q Q J O O O O a 0 Q C6 C6 n3 15 9 9 9 O O O Y � m O a) p O CO .� 75 a) C O .0 Y T C co a E O U T a) m C co U) O U a) vi 0 O T a3 co O Y U O co c a) Y Cc Y o co co i (n a) 7 � (n 00 Y 0 � Q O Y Co T Co Y Y � m U cn m a O Y U F O O O a) o C: O E O Q ' bn E o C a) U 0 a O — � O U a) a Y U Q O O a) U N i a 0 O co N � N � U � O U Y O U U T Co a5 E U O cn a U' a E O co a) (n a O a) m co a) CO E O to Co E U)) O O O iY a) o U � � a)Co O E T Q Q O � O a � . El i 4) m E 3 z 4) C O s a O cc z C R O. O U N a E W EO m a A LO N O N I- 00 Qi cc u� 0 LP) UA co d LO N O N O d� N N GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 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. Water and Sanitary Sewer Replacements Contract 2021, WSM-F Page 1 of 1 City Project No. 104668 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2021, WSM-F STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104668 Revised September 1, 2025 I E MH HIH L- H H H H M e e e e>"> M v M e e e e e e e e e>< e e e e o 0 0" m e J, m v M e e m m e e m m e e m m e e m m e e m m eve m e m m e m > ? o m c .c J, e e m m e e m e e m m e e m m e e m m e> m m e e m m e e m m e e e m m m - 3 N N qq qq B@ N N qq B N N N N qq B N N qq qq B@ N N N N J. N N qq B N N qq B N N qq B N N pp B N N qq qq B@ N N qq B N N pp B N N qq qq B@ N N qq n B N N qaq B 6 N N tqq% nq B 6 N N qaq n q B 6 N N ' tqq% �qq 3@@ N N qq" N qq" cqqa 9 B@ N N ' �qqqaq B N N �qq' a 6 N N N N tqqi 3 3 N N �qq' qaq 6 B@ N N �q' ca N N qq qaq 9 3 N N �qq' qaq 6 B N N �qq' 6 N N q" �q' qa N N N _ . . . .. .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a .y .a - 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o e 0 0 0 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 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� o O 0 `p o 0 o 0 0 0 0 0 o m 0 0 0 0 m 0 0 om o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 m m 0 0 0 0 0 0 0 0. 0 0 0 0 o 0 m M M M M M M m M m M M M M M M M M M M m M 0 m M m m m m M m m m M m M m M m M M M m O ti 7 oo M m o M M �o M M M vi �n m M M o M o M o 0 M d A u C i w C4 C O O R w O a d "O C O w L C L G� d O 94 aka =���aoa3 000ao3�¢� �zSSSSo33N a °a d U��o oNo as 'O Fo �'rioo0 �� -mMMamaaoo ,Oa �U`wyc`u`wyr�`wyr�`wyr�aA`wyUU ,-.aUoJ��mww� o w'cC 000"aaU"a wUFw�., o o paves O o MaUUU�m����NmN� oFFF o n �o nom i d d C7 H ii 'y,FFUUs^� pp c pp o °o 0 0� d w°' C F F F F.�.S F F c ❑3 o ° c3 o a c3 o ° o 0 0❑❑❑❑ 0 0 A. vi F E.°�aa`` a W O O P7 W O U U U ti y u r UU o U F o004 u U oN�. F F UU ❑❑❑❑ 9 .V o00._ W'.'S'.'.1 ❑❑N .0 .V 2 9 .E i .r .E ' .r .O .r .E 5 5 .. �mmp 2izzOa'ciNNF[-F[-F[-[- CG C4 9 0 0 m 0 0 , '���� .���=fiaaa ti P7 O O w�CG O �'y W U .� 'i 's U U b o00000000000.ym` U U b U U b U U U U u z ❑❑N a ° .� b0 b0 by0 b9 b0 bti0 b0 b0 b0 bti0 b0 b0 bi0 bti0 b0 U9 3 ........................................00a tamama"aaacsa s go aga 4s tsa000 iv. H 0 0 M 0 0 N N 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 0 N 0 0 0 0 0 0 N N o U N h M M o 0 o M C� .I .M .m �Mi . .Mi .Mi .M+ U U M N h O O N N O N O O O O N N O O N O O O N N O O N N O M N 0 0 N M 0 0 M M 0 0 N NO M 0 N N N N 0 0 N N N N 0 0 O O N O O N N N K O N M � V N N PIP N 0 0 N N O� U N N_ O N .-i U N N O O N M O N N N O N O� N N N N N N N N O N N T N N N N N N O O N N O� N N O O N N N O O N T O� O O N N T Q. O O N n O O N N r P N N N M N O O N N P V Q'4'64'4'Q 6 64'44'Q4'd4'd mmmMmmQ'ddQQ d4'Q4'dd64'Q QdQ Q d�4'QC4'4'Q4' 4' dQ'4' eeeeeeeeeeeve M MOMMee<e> <<e<voo�ee<e aeeeeeeeeee> m m �nmmmmmmmmmmmmmmmmmm V to m M M M M in ri in ri in ri to ri in ri in fn a�- a' •m mm m mmmm M M M mm M m mm M M mmm M '� mmmmmmmmmmmmmm �' M M M 3 3 F4 P. FL f4 P. P. [L W 'ES FL P. P. N 0 0 0 N N N N N N N N [—/i V—i [—/i N [—/i N [—/i V—i [—/i 0 0 m N N N N N N _ _ N N _ _ V—i N _ _ N N _ N .y 0 0 o N N di V—i C N N N N N di N di V—i V—i V—i V—i N 0 0 0 0 o 0 0 o e m M 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o e M 0 0 o 0 0 o 0 0 0 0 m m M 0 0 o e m m 0 0 o e o 0 0 o 0 m m m 0 0 0 0 m m M .a .a 0 o 0 0 o o .y .a 0 0 om o m m .y .a 0 0 0 0 m m M .y .a 0 0 0 0 o .y .a 0 0 0 0 0 0 .y .a 0 0 0 0 o m .a 0 0 om o m M .y .a 0 0 0 0 o 0 .y .a 0 0 0 0 0 .y .a 0 0 0 0 o m .y .a 0 0 om o m M .y .a 0 0 0 0 o o 0 0 om o m M 0 0 0 0 m o 0 0 0 0 0 0 � w � � e e A o 0 � 7 M 33 0mo V V V M V V �_ V 6 o03 - - 4 ! �c+ i4 Ooa��� m i a �a���a��iUF[-wa�aaMMwF axx5a5a ��3U��om��m �MMa--°-°c��7'a�7� 3'm$mmU waNMNc4c7�,ryarywaMw v����,wwMN�N`M°FM M33� add h C. R b f7 O .�". .2o 2 2 appoo: 2 u aGi dF'rXa; vGaF A 0 0 o o o U U v ��ro=U a ,�5 � J U UF0.s0pp1 UF`a0pp UFa0pp°0 U U.oao U V 'a� 's S0 . .a 14 °o F U ..9 �44 Fs0pp UUUUU Ucm0o U tapa b b •u •u , WaUo U UUUmZ U W va.9 Nc Na Fo C ���000UUUUW �, �Zz F R 3 w w � y .� ... ... .� .� .. ... ... .. ... .. .. ... .. ... ... .� ... .. .. ... .� .� .y .N .. .b0 .., .b9. .b0. .b0 ... ... .. .b0 .. .b0 ... ... .b0 ... ... ... .. ... ... . acacacacacocacacacoa0aaaaaaaaaaa3aaaoacaaaaacacoaaoaoaaacac R aa aa eaa .5 .4 .S .4 e ^ - - 22�m UM N N N M I U M N N N �1= M V M p PIP P N N N N N N M� M N N O O N N N M �naaa,-, ..rnva.-, am.. ..a vac �o n � a aaaa..aamaaao� vac �c �caaao��aaN�n m�n� H IH 11 IH H M M H HM MH 4 ¢ Q pp pp p p p p e m v e m m v e m m v eve`? m m m m `? A�n m m m m m m m m m m m m m m v m m M m m m m m m m m �`ry, m m m m Am M v m M m m m m m m m m m m m m e m m m m Am m m m N ............. o v N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N a N N o o M M o 0 v v o....... v M v M M v v v ........ ........ v v v v v v v v 0 0 o ........................................ v v 0 0 v v _ 0 0 v v 0 0 v v 0 0 c v 0 0 v v - a" 0 ................ v v a" v v a" v v a" v v a" v v a" v v a" v v a" o v a" o v v a" 0 0 v v a" 0 0 c v a 0 o v v a 0 o v v a 0 0 v v 0 0 o v v n 0 0 00 0 0 v v v an d C N N .. v� m m 1� V� m m .-. m m N� "✓�' F�" � � A" N '" LLL***�LLI**......������ F. O M 0 �c�+ U z V O 'ryrye 'ryrye 'ryrye 'ryrye 'ryrye 'ryrye �ryry 'ryrye Q O O N N 0 C F F O O vOi ' M� O 3 W N N o o m M � U M v�i v F W U in N M M iTi C7 v r� v ry�ry U LK crcyy C F4 ry�ry C. F4 crcyy 7. iK crcyy 7. F4 ry�ry 7. FL C. F4 rl C. U rl U a v M o0 v O a W 3 U W F 0.�i o F O N M v M o yI G'O '�' ? �E. d�.. Go `a35 U[-0 E $ �o9y �.. 00 0 U FyU V.°o J�° U J UUUUUU_ '�Wvyy.y. 'yWdy9.. jGO _ t S4F 'a wz uU U U U w c� 0 cJ x z x a moocacacAcaca booaccaccacaoaoaccicaccaaab0a"aciab0a"ao"ob9o"oacaoaoacaca"ab0ooc"aaoao x ! M N N N M U M N N N N N N N N N N N N N N N N N N N M M O O O h h O N O N NN ON.--i NN�D\ NO�aO\. N OM.--i OMN MOKON O OhN O OhNN CN� 4 4lN ONON�vi NONm OO O �VO NNN N NNN�0U\ �D0�i OVM NM O� NN N ONNOT� OONO+� UNN�T OONO+� I H I H I M V Mpp _ q g qq q qq q qq 3 � � qq qq pp qq Vl Vl Vl Vl Vl Vl N V] [A ��/] Vl Vl VI Vl Vl Vl N en V Vl f�/J MA Vl V] Vl V] A V] V] ttl VJ h -_ N N i�yy ��pp - 0 0 o 0 v 0 0 0 0 0 0 0 0 0 0 o v 0 0 0 0 0 0 0 0 c `o 0 0 0 0 0 0 o vva 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v v 0 0 0 0 0 0 v v 0 0 0 0 0 0 v v 0 0 0 0 0 0 v v 0 0 0 0 0 0 v v 0 0 0 v 0 0 0 0 0 0 0 0 0 0. o 0 o 0 o 0 0 0 o o 0 0 0 v v R W W Q c4 c�4" 0o A L¢Na,�. a M 0o c o w ti Q zzzZ o�o� � Oho ary 33�g�'^a o � rr amUMon rN3�3"'�����3 °i w �� ryryxx ryryryry Vi U V w r r � W T Fib s op pp pp c a o o Q pp pp pp a '�' m m c a a v v w v v o o G° �''Ov a py 3 q FOFFF°�,P� 3 30 30 3 to. O o UU U U_ p 3 3 F°F.5�a000 3 o 0 o F. F 0 0 � F. F o o U` � �F°, �u:Ub.� s o 0 0 0 0 0 0 o m W ❑❑ 'C ❑ a o o W UUUU W x' .7v�mFF R UUU WZ'z.titi CC C1 C7 P]UUUUzztiF" ��l ,L+ L acc C!tsgaca A A A A dccC ctsc 000cF"cc 3camamcaaaFecaa 30 �y .5 .0 >S .�S iC .S .�S .>5 .K .K .>l . w x d a iyV M c� MM L r" M :2 MnMMMnMMnM � .M. � :2 �2 .M . . V %r o0 o 0 U n M o M M U M N OCi M U o o U o 0 0 0 0 0 0 0 0 o U n V. N N N N O O v O N O vi N N N N N NO M M NO NO v� v� M M N N p P � P O T T O� T .-. v�i V V a V � v�i � O� MH � H -- ti W W o w, ww�y��w �wwwwd m w w w o � � m o y iApp,, W iApp,, N e F a N F N N O N N F F N N � a a5 q V O V ti 3 o r rvri C o x W N 0 a N o r q N N N ti U z E [x+ 0 o fi g m 3a 33 x o 0 V W bGyO .... b0 G ...� bti0 ..� b.0 G .... OCtiO G .... bCtiO G .r Ur0 OG^0 Ci .r N N O O N ❑ O O g q q q q q q q q q q R ti ti �.�.�.�.K t5. �.ri .�.� 33333 a p N N N O N V N O Qg N N O O Q N M N vl N O N V N N O N Q T N N O v Q N N N C 0 0 Q � A M N O O " N M N O O 0 0 0 0 0 m o o M m o 0 p F FxxxxxxNxx F F F F F x F F NNNNNNN NN aaaaa�M�� E- F�E- F�E HF.F. Q Q Q d Q d d d d d AId � y a�nMGaA �G ti N N i v ua' U0.'�q�aoo�a oxN�N�nZ 7zzaNNwNN en h O M M � r 0 � x N a b �Z z �Z z b o Uj O y � o c f t 2 t t - N N G G C G R¢zz"zzNNwNN Z u U U U U U y n b brobv A A p U 0 Uo m� J:F 1 2 u V] .M .M. .M .M. .M .M. �i .M. .M. L V� M 0 0 N N 0 0 N N 0 . '. N ran O U N .- o M Q V V N N o W omNO "r, N N N N l N HN NN RINI<' NNNNNNNNNdQ d d d d d d Q d d Q d d d Q Q d d d d d d d d d d a X a _.' X k X k X k X k X X ^ o �n o �x •• v _ n v, A �X � Co INX _-, F F oj� .. oo v h XkkXkXk � co a "v, �c CO '^ c k N N W W W Val �Ni * a<a OOQOQ ayaaa a, Odr; vWiF a.tiFp. OdwOdr; rWi.F p., vWiFwvWiFaaa OdwOdr; °' o W fA �fA �f-0 A ;; �� FFFxFxFx F W aFP7 v,F W mFP7vF W,n �J�� c a o 0 a G 0 0 c c 0 0 Q d U U F F N N Q¢ F F N N Q Q F F N N Q¢ N N d d U U N F d N U d F F N N d d F F N N d d F F N N d d F F N N d d F F N N d d F F N N d d F F N N d d F F N N d d F N�" d � '� ❑ ❑ ❑ y y U `Uu' 4 � `37 0 W0{x� W0{x� 0W�W W0{x� 0W�W {,[y�� �.�yG W UW a WU Uy WU UW JUJU {U� WU u WU WU WU WU WU WU 4 Y ; ' oNaaaaaa,;,,,,,;,waa.wwawwwawawaa.awaNNNNNNNLI g a h a q q q q V a V 0 g 0 V q 4? g q q q 0 0 Y q 0 V Y x oo V x x �n �D x x o0 x x x K 0000vvvki x K as c � Na aaavki va m.c .c N `o FFFFFFFFFFC7OVOVOC7 vki��-�-� ,kn ,Xn�m��k���wv,kn� aaaar�ar�rkaaa.aap. aan.a C7 C7 C7 pp,,aaaa,a C7 C7 C7 C7 C7 C7 n.awan,aw C7 C7 C7 C7 C7 v a"i a"i a"i a"i a"i a"i� M 0 0 �5555QC' 0 0 0 0 0 0 0 0 �Q 5C-Dvc) 0 0 0 0 0 0 Ql)Q 0 0 0 0 Ql)vQl) 0 .. v v . o o 0 0 0 � O a. L4 . a. a. a 4 a. .a. .a .., q.� q. O O O G C G C G G G O O O O C G Cen G en y c c c c c 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� v" c � a �o •p ''S5 � o F�F�F�F��F�F�F�F����F��F���F��OOOOOOOc4 u ai V UUU UGU''�'L1 O O O O O O N O N O N O N O O O N O N O O O N O N O O O N O N 0 0 0 0 0 0 0 0 � M O O 0 0 0 0 O O 0 0 0 0 O O 0 0 N 0 0 O O 0 0 N N 0 0 O O 0 0 0 0 .. 0 0 N 0 0 0 0 0 0 N 0 0 0 0 N 0 0 N N 0 0 N 0 0 N N � 0 0 N N � � 0 0 N N N 0 0 N N N N 0 0 N N N N 0 0 0 N N N N N N U U U m a U U ao, U5 U o. o,ao,a U U U U UFU< U5 V5 Us �sjs F N F F N N F F N N F N N F F N N F F N N 5 N s F F Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q u a 0 a 0 0 0 5 O O o [p x x x ❑❑ ❑❑ O ❑❑ o ❑p " O O .•• O .•• O . 5 N5 L1Awa: �, a:ea: ooF 0 0 o a a a a a a a a o a a o. 0 0 o m u.. v k v o. x x x C C C C C C C C F c F F EE EE E EE $$ T a� a O O C OC O O yp O� O C z u �u ca Q 5 % f V U 04 04 voo.o.0000000000 M 3 i o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N N N N N N 0 x �o vo,U vo, �'voiU o w 0 0 0 U U V U U U N N vF'i N ti� m ti N Q Q Q Q Q Q Q Q Q Q 7 7 o d a a a a a 'S°o °o c5 N F F F F F U U U U o L o L o p o p o o U U U U U U U U U d C4 �i W°' C4 W°i C4 0.5 C4 C4 Q � 7 R C ° ° 1 M m:?a a.UUa N a F F a a° _ M Q0.'QdF�F=OO n k x x m [Q m pp pp 3°NUmUmB�Uti s m o 0 0 0 0 0 0 0 0 U P N o M 0 0 M 0 0 N v 0 0 v a 0 0 Z FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 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 Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/13412/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 Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Castro 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works 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 Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Aooueast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSFITO 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 Ping 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-FT/W Composite, w/ Lack 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. 04'10 M 33 05 13 Manhole Frames and Covers SIP Seram me Industries Private Ltd. 300-24-23.75 Ping and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/131 33 39 10 Manhole, Precast Concrete Hydro, Conduit Corp SPL Item #49 ASTM C 478 48" 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast Reinforced Pol er Conerete 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 Arramock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast id Polymer & PVC 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 P.1yaners, RockHarde 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast Reinforced Polymer) Concrete Amitech USA Meyer Pol crete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 11192. For use when Std. MH cannot be Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft Po it installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious EI-14 Manhole Rehabs stems uad- 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reimer MSP EI-14 Manhole Rehab Systems AP/M Permaform 4/20/0I EI-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System Liner Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 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 Polyurethanne Coating ASTM D639/13790 12/14/01 Coating for Corrosion rotection(Exterior) ERTECH Series 20230 and 2100 (As hatic Emulsion) Structures Onl 01/31/06 Coatings for Corrosion Protection Chesterton Are 791, SIBB, Sl, S2 Acid Resistance Test Se --A licationa 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applicant, a 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 I 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 Notim-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 Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 1 1C.xmg Spacers I BWM SS-12 Casing Spacer(Swinless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_rressure Pipe and Grouted Casing 03/29/22 1 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 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 C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thm 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, CI51 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C 150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C 150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin2s/Epoxy 33-39-60 (011131 02/25/02 JEpoxy Lining System Sauereisen, Inc S—Gard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Enech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protedo 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatins for Corrosion Protection Chesterton Arc 791, SIFB, Sl, S2 Acid Resistance Test SewerApplicant, a 9/28/2006 Coatin for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatin2s/Polvurethane Sewer - Combination Air Valves 05/25/18 1 33-31-70 JAir Release Valve A.R-L USA, Inc. D025LTP02(Com osite Body) 2" .S'eweC -Pipes/Cpnerete EI-04 Conc. Pipe, Reinforced I Wall Concrete Pipe Co. Inc. ASTM C 76 EI-04 Conc. Pipe, Reinforced I Hydra Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 E I-04 Conc. Pr e, Reinforced Hanson Concrete Products ASTM C 76 E 1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarament System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.I. Aplu—rd Previous) McConnell Systems McLat Construction Polyethylene Houston, Texas A roved Previous) TRS S tems Trenchless Re lacement S tem Pol h lene ar Cal , Canada A roved Previous) Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Sewer - Pipe/Fiber-lass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass FRP Hobas Pipe USA, Inc. Hobas Pie on -Pressure ASTM D3262/D3754 03/22/10 3331 13 Fiber lass Pipe FRP Amemn Bondstrand RPMP Pie ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe FRP Thompson Pie Group Thompson Pipe Flowtite ASTM D3262/D3754 03/07/23 3331 13 lFiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - Pipe/Polymer Pipe 4/14/05 1 JPolymer Modified Concrete Pie Amitech USA Meyer Pol Crete Pie ASTM C33, A276, F477 8" to 102", Class V 06/09/10 1 E I-9 lReinforced Polymer Concrete Pie US Composite Pie Reinforced Polymer Concrete Pie ASTM C-76 Sewer - Pioes/HDPE 33-31-23(1/8/13) High-densim polvethylene nine Phillips Drisco i e, Inc. ticore Ductile Pol eth lene Pie ASTM D 1248 8" Hi h-densipolyethylene i Plexco Inc. ASTM D 1248 8" Hi h-density Poll Pipe, Inc. ASTM D 1248 8" Hi h-densipolyethyleneCSR Hydro Conduit/Pi eline S toms McConnell Pipe Enlro ement ASTM D 1248 Sewer - Pioes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 1 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 1 33-11-12 DR-I4 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 1211 Sewer - Pioes/PVC* 33-31-20 (7/1/13) 33-31-20 PVC Sewer Pie 1-M Manufacturing Co., Inc. 1M Eagle) SDR-26 PSI IS ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pie Diamond Plastics Corporation SDR-26 PSI IS ASTM D 3034 4" thru 15" 33-31-20 PVC Sewer Pie Lamson V lon Pie SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech 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 Manufactmin Co, Inc. JM Ea le PS 115 ASTM F 679 18" - 28" 05/56/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 1PVC Sewer Fittings Harco SDR-26 PS I15 Gasket Fittings ASTM D-3034, D-1784, etc 4" - IS" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pie Pi elife Jet Stream SDR 26 S 115 ASTM F679 18"- 24" 3/19/2018 33 3120 PVC Sewer Pie Pi elife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 3120 PVC Sewer Pie NAPCO Westlake SDR 26 ASTM D3034 4" - IS" 10/22/2020 33 3120 PVC Sewer Pie Sanderson Pi e C SDR 26 ASTM D3034 4"- IS" 10/21/2020 33 3120 PVC Sewer Pie NAPCO Westlake SDR 26 PS 115 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) Cured in Place Pie Insimform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pie National Envirotech Group National Liner, SPL Item 427 ASTM F-1216/D-5813 05/29/96 lCured in Place Pie Reynolds Inc/Inliner Technol Inliner USA Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form Fold and Form Pie Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pie Insituform Technologies, Inc. Insituform "NuPI e' ASTM F-1504 Fold and Form Pie American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pie Ultralmer Ultraliner PVC Alloy Pi eliner ASTM F-1504, 1871, 1867 06/09/03 IFold and Form Pie Miller Pipeline Corp.EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson V lon Pie Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 1811 to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pie ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed U onor ETI Company 1 I/10/10 E100-2 Polypropylene P Sewer Pipe, Double Wall Advanced Drainage Systems ADS SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 1 I/10/10 E100-2 Polypropylene P Sewer Pipe, Triple Wall Advanced Drainage Systems ADS SaniTite HP Triple Wall Pie ASTM F 2764 30" to 60" Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/OL 31 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 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Soup Service Saddle Mueller Company DR2S Double SS Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Soup Service Saddle Powerseal 3450AS, Incl. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1 %" and 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co, Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FBI600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FBI600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 V 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co, Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Snaps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 3342-25 Tapping Sleeve Coated Steel JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 3342-25 Tapping Sleeve Coated or Stainless Steel JCM Industries, Inc 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve Stainless Steel Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Taming Sleeve Coated Steel Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 3342-25 Tapping Sleeve Stainless Steel Romac SST Stainless Steel AWWA C-223 U to 24" w/12" Out 02/29/12 3342-25 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/Com osite Lid DFW Plastics Inc. DFW37C-12-]EPAF FTW Plastic Meter Box w/Com osite Lid DFW Plastics Inc DFW39C-12-lEPAF FTW 08/30/06 Plastic Meter Box w/Com ositc Lid DFW Plastics Inc. DFW65C-14-]EPAF FTW Class "A" Concrete Meter Box Bass & Ha CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) Water - Combination Air Release 33-31-70 (Ol/08/13) * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A I" & 2" El-1 l lCoundination Air Release Valve Multiplex Mantactuning Co. Crispin Air and Vacuum Valves, Model No. 11" 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 American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-142 Dry Barrel Fire Hydrant American Darting Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-142 Dry Barrel Fire Hydrant Clm 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-142 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-142 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Brant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 EI-12 D Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 14231 u er Centurion 200 AWWA C-502 10/09/87 E-142 Dry Barrel Fire Hydrant U.S. Pi e & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-142 Dry Barrel Fire Hydrant American Flow Control AFC Waterous Pacer WB67 AWWA C-502 08/12/16 334240 Dry Barrel Fire Hydrant EJ East Jordan Into Works WaterMaster 5CD250 Water - Meters 02/05/93 E 101-5 Detector Cbeck Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 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 33-11-12 PVC Pressure Pie Vin (tech PVC Pie DR14 AWWA C900, AWWA C605, ASTM D1784 V-16" 12/05/23 33-11-12 PVC Pressure Pie Vin (tech PVC Pie DR18 AWWA C900, AWWA C605, ASTM D1784 16"-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 I6"-24" 5/25/2018 33 11 12 PVC Pressure Pie Diamond Plastics Corporation DR 14 AWWA C900 4"42" 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 3-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 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) DRI8 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittinas/Ductile Iron Fittint=s 33-11-11 (01/08/13) 07,23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & Cl 10 EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 EI-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 M7 Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 V-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Alen a Uni-Flange Series 1400 AW WA CI11/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flana Uni-Flange Series 1500 Circle -Luck AWWA CI l l/C153 4" to 24" 11/09/04 EI-07 IDuctile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA Cl 11/C116/C153 4" to 12" 02/29/12 33-I1-I1 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA Cl I I/C116/C153 4" to 42" 02/29/12 33-11-I1 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc Megalug Series 2000 (for PVC Pipe) AWWA C111/C I16IC153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLC4-SLC10 AWWACIll/C153 4" to 10' 03/06/19 33-11-11 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA CI11/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands PVC Sigma, Co. Sigma One-Lok SLCE AW WA CI11/C153 12" to 24" 08/10/98 EI-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 EI-24 Interim Restrained Joint System S & B Techncial Products Bulldog System( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 EI-07 IMechanical Joint Fittings SIP Industries Seram ore Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI l l 11/07/16 33-I1-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargnp Series 3000 ASTM A536 AW WA Ct I1 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries Seram ore EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AW WA Ct 11 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AW WA Cl I1 4"-12" 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DRI8 PVC Pipe ASTM A536 AW WA Cl 11 16"-24" Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawin # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247) AWWA C515 16" 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 EI-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller E1-26 Resilient Seated Gate Valve Kennel 4" - 12" E1-26 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 (SO 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" SD 6709 AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV SD D-20995 AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48"(Note 3 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" EI-26 Reslient Seated Gate Valve U.S. Pipe and FoundryCo. Metroseal 250, re umments SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FlowMa.,-Gate Valve & Boxes 08/24/1R 1 JMatco Gate Valve Matco-Norca 221 MR AW WA/ANSI C115/An21.15 4" to 16" Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Approval Spec No. Classsification I Manufacturer Model No. National Spec Size Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/141 EI-30 Rubber Seated Butterfly Valve HenryPratt Co. AWWA C-504 I.. EI-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 EI-30 Rubber Seated Butterfly Valve Dezank Valves Co. AW WA C-504 24" and lar err 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 41" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries Golden Anderson AW WA C504 Butterfl Valve AW WA C-504 30"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 EI-13 I Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA CI05 8 it LLD 05/12/05 El- 13 Pol eth lone Encasment Mountain States Plastics MSP and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Pol ethylene Encasment AEP Industries Butlatrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 1 33-11-1 I JPolyetbylenc Encasment Northtown Products Inc. PE Encasement for DIP AW WA CI05 8 mil LLD Water - Sampling .Station 03/07/23 33 12 50 1 Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller H dro and HG6-A-IN-2-BRN-LPRR(Pmtable) HG2-A-IN--2-PVC-018-LPLG Permanent 04/09/21 Automated Flushing System Kupfule Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle 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 ofthe Construction Contract Documents, the requirements ofthe 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 ofthe Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes Water and Sanitary Sewer Replacements Contract 2021, WSM-F City Project No. 104668 * From Original Standard Products List 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 Replacements Contract 2021, WSM-F 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 ❑ No ❑ If only specific information is Confidential, please list what information is Confidential and the page it is located. Page 95 and 96 Effective Date: 2/10/2026 If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes 0 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 104668 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 9 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.