Loading...
HomeMy WebLinkAboutContract 54204-PM1CSC No. 54204-PM1 0000 10. 1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page I of 1 SECTION 00 00 10 2 TABLE OF CONTENTS 3 DEVELOPER AWARDED PROJECTS 5 Division 00 -General Conditions 6 00 1I II II luyRation t Bidders 7 001.1 1�InstFuetions-to Bidders s 00 ,11 ee I3id-.-�•••� 9 00 42 43 Proposal Form Unit Price 10 0043 W Bid BEn11d 11 0045 11 Bidders Prequalification's 12 0045 12 Prequalification Statement 13 00451a Bidder PFequalifieatien Applieation 14 00 45 26 Contractor Compliance with Workers' Compensation Law 15 00-45 '1�_M .ninny Business EnteEpl=ise goal 16 00 5243 Agreement 17 0061 25 Certificate of Insurance 18 0062 13 Performance Bond 19 0062 14 Payment Bond 20 0062 19 Maintenance Bond 21 00 72 00 C4 .neral Gand:.:ens 22 0073 00 Supplefnentmy Conditions 23 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects 25 26 Division 01 - General Requirements 27 01 11 00 Summary of Work 28 el 25 00 SabStitI.tiGll o RG8d1 ffPs 29 01 31 19 Preconstruction Meeting 30 31 32 01 3233 Preconstruction Video 33 01 33 00 Submittals 34 01 33 13 C, eei I PfOje6t PFE) edtife 35 01 4523 Testing and Inspection Services 36 01 5000 Temporary Facilities and Controls 37 Of 5526 Street Use Permit and Modifications to Traffic Control 38 01 57 13 Storm Water Pollution Prevention Plan 39 40 01 6000 Product Requirements 41 01 6600 Product Storage and Handling Requirements 42 01 7000 Mobilization and Remobilization 43 01 71-23 construetion stakin 44 01 7423 Cleaning 45 01 77 19 Closeout Requirements 46 Ol 7823 Operation and Maintenance Data 47 01 78 39 Project Record Documents 48 Technical Specifications which have been modified by the Engineer specifically for this 49 Project; hard copies are included in the Project's Contract Documents CIl'Y OF FOAL WORTH Drainage Inrprarenlents nt the lnterseclion of Raudol Dfll/ Raad & Coaks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENT S—DEVELOPER AWARDED PROJECTS Cip.Pr sect No. 10?d?0 Revised September I, 2015 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 50 0000 10-2 'FABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 Division 02 -Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 -Concrete 33000 Cast-hrPlace Concrete 03 34 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 26 -Electrical 60500 Common Work Results for Electrical 605 10 Demolition for Electrical Systems 60533 Raceway and Boxes for Electrical Systems 60543 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 123 16 Unclassified Excavation 123 23 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 31 37 00 Riprap Division 32 -Exterior Improvements 32 Ol 17 Permanent Asphalt Paving Repair 201 18 Temporary Asphalt Paving Repair 201 a 29 �a Concrete Paving Repair Brie 32 41 11 29 12'exible Gewses Lime Treated Base Courses Brie 32 212 11 33 16 Eentent Treated Gawses Asphalt Paving 32 Q 73 Asphalt Paving Grae , Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 31 13 Chain 6ink Fences and gates Wire Fenees and gates 231 26 z2 z 1 'l9..xl.....1�.�„d Fe....nees-acid Gates Gast in Place C;nn ,..,.te Dotal.,:... Walls Topsoil Placement and Finishing of Parkways 3"I 3213 291 19 292 13 Hydro -Mulching, Seeding, and Sodding 293 43 Trees and Shrubs CLTY OF PORT WORTH Drainage Improvements al the Drtersecrion of 2mrdol AJill RoaA&Cooks Lone STANDARD CONSTRUCTION SPECIE[CATION DOCl1 NIEN'rS—DEVELOPER AWARDED PROJECTS C!ry•ProJeu No. 102d?0 Revised September I. 201i 0000 10-3 'CABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 2 Division 33 - Utilities 3 33 O1 30 Sewer and Manhole Testing 4 33 01 31 Closed Circuit Television (CCTV) Inspection 5 6 33 04 10 jein� Banding and glee4rieal Isolation 7 33 04 11 Eaaesiee Glff I Test Stat GHS 8 9 33 04 30 Temporary Water Services 10 33 04 40 Cleaning and Acceptance Testing of Water Mains 11 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12 3305 12 Water Line Lowering 13 33 05 13 Frame, Cover and Grade Rings l4 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Ys�IiY�YRTdR'1l.11I6ST.ltt!. 6 33 05 17 Concrete Collars 7 33 05 20 Auger Boring 19 tAr 33 OS 22 Steel Casing Pipe 20 21 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 22 33 0526 Utility Markers/Locators 21 33 05 30 Exploratory Excavation for Existing Utilities 24 33 11 10 Ductile Iron Pipe 25 33 11 11 Ductile Iron Fittings 26 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 27 33 11 13 Concrete D..e..,.uFe Pip Bar Wrapped, Steel G iind Type r 28 33 11 14 Buried Steel Pipe and Fittings 29 33 12 10 Water Services 1-inch to 2-inch 31 33 12 20 Resilient Seated Gate Valve 33 33 1225 Connection to Existing Water Mains 34 33 1230 Combination Air Valve Assemblies for Potable Water Systems 35 33 1240 Dry -Barrel Fire Hydrants 36 33 1250 Water Sample Stations 37 33 1''� $lg.., ,.vF..._gWRII .g 38 33 31 12 CuFed in ulase Pipe mrooi 39 q3 is ca.e..,.l..es oe:.,v,..,.,.a Pipe s,,.. C...,,a, c..., a...., ce..,,,..,, 40 33 31 15 119o�o'ipe FoF S Sewers d FaFFee Main ,.,'t (CiFavity 41 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 42 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 43 33 31 22 sanitapy Sewer Slip 6iniHg 44 45 33 31 50 Sanitary Sewer Service Connections and Service Line 46 3334 70 Ce,,tinat:,,., A•F Valve faFc ,•t..., c....,.. FaFeeMains 47 33 39 10 Cast -in -Place Concrete Manholes 48 33 39 20 Precast Concrete Manholes 49 33 3930 Fiber lass Manholes 50 33 39 40 C) Wastewater A,.,.es Ci,...,,i,e. (WAG) CITY OF FORT WORTH Drainage hip oveurems Id tile lrberSection ojRattrlol Hill Rond &Cooks Lane S"CANDARD CONSTRUCTION SPECIFICA'CION DOCUMENTS —DEVELOPER AWARDED PROJEC"rS C(Il'Project No. 1024,0 Revised September 1, ?OIS 1 2 3 4 5 6 7 8 9 10 12 l3 14 15 l6 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 00 0010- 4 "FABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 33 39 60 Epoxy Liners for Sanitary Sewer Structures 341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 33 41 4600 1 1 HDPE Storm Sewer Pipe S,'�: age Slatted Starm Deasss 33 46 01 33 4602 Trench Drains Cast -in -Place Manholes and Junction Boxes 349 10 33 4920 Curb and Drop Inlets 34940 Storm Drainage Headwalls and Wingwalls Division 34 -Transportation �4 41 10 Tyaffie Signals 441 30 Aluminum Signs 471 13 Traffic Control END OF SECTION CTCY OF PORT WORT{{ Ornirrnge lmprovenrents ar the Gversecriou ofRnrrdot MI//Road &Cooks Lnne STANDARD CONSTRUCTION SPECIF{CATION DOCUMENT'S —DEVELOPER AWARDED PROJEC"fS C(ty Project Na. ]01Jd0 Revised September I, 20t5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 004 43 DAP- a11) PROPOS,V, Page 1 of I Bidder's Application Project Item Information Bidder's Proposal eidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT III: PAVING IMPROVEMENTS 1 0241.0401 Remove Concrete Drive 0241 13 SY 26 $50,00 $ 17300,00 2 0241 L0500 Remove Fence 024113 LF 50 $53.50 $ 2,675.00 3 0241.0700 Remove and Replace Mailbox 0241 13 EA 1 $1,000.00 $ 17000.00 4 0241.1506 2" Surface Milling 024115 3Y 11117 $30.00 $ 33.510.00 2..._ 3125,0101 SWPPP >_ 1 acre 31 2500 LS 1 $143000,00 $ 14,000,00 6 3212.0302 2" Asphalt Pvmt Type D 32 1216 SY 11117 $45.00 $ 50,265.00 7 3213,0401 6" Concrete Driveway 32 13 20 SY 26 $90,00 $ 2,340.00 8 3231.0213 4' Wire Mesh Fence, Metal Posts 3231 26 LF 50 $53.50 $ 22675.00 10 3471.0001 Traffic Control 3471 13 MO 1 $6,000.00 $ 6,000.00 TOTAL UNIT III: PAVING IMPROVEMENTS $113,765.00 Rid Sununaly UNIT III: PAVING IMPROVEMENTS 'Total Construction This Bid is submitted by the entity named below: B[DDF.R: RV': Charles A. �Iaunr•v 331 Contraett Inc c 6331 SonthryBlest Rlvd, rr� Benbrouk. Texas 76132 TITLE: Contract\lanager - Chic Estimator DATE: 5/11/2020 Contractor agrees to complete \VORIi Cnr FINAL ACCEPTANCE within 30 working Jays after the Jate when the CON'I'ItAC'C commences to run as provideA in the General ConJitions. END OF' SECTION $11 CRY OF POR'c l\'ORl'FI STANDARD CONSTRUCTION SPECIFICATION DOClh1ENT5 -DEVELOPER AWARDED PRI1fECTS t'o,m Version May13, 2019 D042 J3_N,d I',oPosxl_DAI'-RtV1�liD.vls 004511-I BIDDERS PREQUALIFICATIONS Page I ol'3 I s>,,cTION oo as it 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior l2 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's l5 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet L8 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com, 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTFI Urninnge In+prnremerus nr d+e Grferxectim+ of Hnndol �b1i71 Rond X Cooks Lase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ClryProject No. 102A20 Revised July 1, 2011 0045 11 .2 6IDDERS 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 mast 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 Pregualiflcation 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 to Bid 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 Drnirmge /mprnremervs at the Intersection qfRnndol Mid/ Road &Conks Lane Sl'ANDe\RD CONSTAUC"['ION SPECIFICATION DOCUMENTS CiryProjecr No. 102420 Revised July 1, 2011 0045II-3 BIDDERS PREQUALIPICATIONS Page 3 of 3 1 d. if a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalitied work types until the expiration date stated in the letter. 8 END OF SECTION CITY OF' PORT WORTFI Orninnge I nyroremears nl thr Grtersecliax u(Rnndnl ib/i(! Road X Cooks Lnnr S'CANDARD CONS"IRUCTION SPEGPICA'CION DOCUMEN'f5 ClryProtect No. 703410 Revised Jal}1, 2011 0045 12 UAP PREQUALIPICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP—PREQUALIFICATION STATEMENT Each Bidder 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. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Construction / Reconstruction (Unlimited) Gilco Contracting, Inc. 1/l/2021 Asphalt Construction / Reconstruction (Unlimited) Reynold's Asphalt & Construction Company 7/1 /2021 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Contracting, Inc. 6331 South West Blvd. Benbrook, TX 76132 END OF SECTION cnv of FORT WORTH STANDARD CONSTRURION PREQUALIFICATION STATEMENT—OEVELOPERAWARDED PROTECTS 004512_Preq�alification S[aLemenI2015_OAP.docx Farm Version September 1, 2015 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 m 39 00 45 26 . I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102420. 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: Gilco Contractine. Inc. By: Company 633] South West Blvd. Sigr Address Benbrook. Texas 76132 Title City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Dale R. Gilreatlr known to me to be the person whose name is subscribed to the foregoing iashument, and acknowledged tome that he/she executed the same as the act and deed of Gilco Contracting Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIN UNDER MY HAND AI SEAL OF OFFICE this day of 20�(J Fz", LEIA MCQUIEN BNotary Public, State ofTexas No blic in and for the State of Texas :0Comm. Expires 06.26.2022 YAT Nolar ID 125446481 Y END OF SECTION C11"Y OF FORT WORTH Orninnge Gnprme�nenrs nt the Inlersec7ial ojRanAol D4i!l RrmA& Caoks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. Ir12J20 Revised April 2, 2014 005243-t Developer Awarded Project Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 4 THIS AGREEMENT, authorized on 1vmG a, wo is made by and between the Developer, 5 LGI Homes -Texas, LLC., authorized to do business in Texas ("Developer") , and Gilco 6 Contracting, Inc., authorized to do business in Texas, acting by and through its duly authorized 7 representative, ("Contractor"), 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: l0 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the l2 Project identified herein. l3 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is l5 generally described as follows: l6 Drainage Improvements at the Intersection ofRandol Mill Road & Cooks Lane 17 Cit�ojectNo.102420 l8 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance, 23 The Work will be complete for Final Acceptance within 30 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects, The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00 for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance, CITY OF FORT WORTH Orninnge lnprovements nt the Inrersecfia� of Randol D/ill RonA&Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Ciry Project Na. /02J20 Revised June lG, 201G 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Hundred Thirteen Thousand Seven Hundred 41 Sixty -Five and 00/100 Dollars ($113,765.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 59 3. Standard City General Conditions of the Construction Contact for Developer 60 Awarded Projects. G1 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 7I b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CrrY OF FOR"I' WORTH Drninage /mprm•enrenis al the /ttJersecliwi oJ'Rnndol �rlll/ Rond &Cooks Lnne STANDARD CONSTRUCTION SPHCIFfCATION DOCIJMEN"CS—DEVELOPER AWARDED PROJEC'CS Ciry Project No. IOZJ:O Revised June IG, 2016 005243-3 Developer Awarded Project Agreement Page 3 ot'4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees SI under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 89 90 91 92 93 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 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article I of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. t02 This Agreement, including all of the Contract Documents may not be assigned by the I03 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. l05 Developer and Contractor each binds itself, its partners, successors, assigns and legal l06 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents, 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or I10 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all l l t remaining provisions shall continue to be valid and binding upon DEVELOPER and I12 CONTRACTOR. t 13 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of t 15 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division, CITY OF POR"I' WORTH Drninngr Guprmemenly nt dre Intersection of Randol bfl!! RoaA&Cooks Lane 5"TANDARD CONS"D2UC"PION SPECIFICAT[ON DOCUMENTS —DEVELOPER AWARDED PROJECTS CiryProjent No. 703J?0 12evised June 16, 2016 117 I l8 7.6 Authority to Sign. 119 120 121 t22 123 t24 125 126 005243-4 Developer Awarded Project Agreement Page 4 of Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agl•eement is effective as of the last date signed by the Parties ("Effective Date"). Dale R. Gilreath (Printed Name) Title: President Company Name: Address: 6331 South West Blvd. City/State/Zip: Benbrook, TX 76132 Developer: LGI Homes -Texas, LLC By: (Signature) Elaine Torres (Printed Name) Title: Officer Company name: LGI Homes -Texas, LLC Address: 1450 Lake Robbins Drive, Suite 430 City/State/Zip: The Woodlands, TX 77380 b/1212D2D Date Date l27 ONli 12.. 2•Dzv CITY OF FORT WORTH Drni+rnge /mprovemenls al Jhe In(ersectiart of RandoJ A/ill RonA&Cooks Lnne STANDARD CONSTRUCTION SPECIFICATTON DOCOMENTS—DEVELOPER AWARDED PROJECTS Ciry Project No. /03430 Revised June 16, 201G 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 20 21 22 23 24 25 26 27 28 29 30 31 32 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § COUNTY OF TARRANT § Bond #022227283 0062 13 - 1 PERFORMANCEBOND Page I of 2 KNOW ALL BY THESE PRESENTS: That we, Gilco Contracting, Inc. known as "Principal" herein and Liberty Mutual Insurance Company a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, LGI Homes, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One Hundred Thirteen Thousand Seven Hundred Sixty -Five and 00/100 Dollars ($113,765.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA 20-0008;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 1204 day of JumL 20 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Drainage Improvements at the Intersection ofRandol Mill Road & Cooks Lane. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Drainage /mprovements al the lnlerseclion ofRgndol Mill Road &Cooks Lane STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Pr jecl No. 102410 Revised January 31, 2012 00 62 l3 - 2 PERFORMANCEBOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division, 4 This on is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 12Y~ day of v.►L 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 C. wDrw Witness as to Principal a�A,Yt�c� �citt.�J Witness as to Surety Dale R. Gilreath. President_ Name and Title Address: 6331 South West Blvd. BenbroOK. TX 76132 SURETY: Liberty Mutual Insurance Comnan Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd. Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *Nate: If signed by an officer of the Surety Company, there must be on file a certified extract fi•om 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 Drainage Gnproveuaenls at (he In(ersec(ion of Randol Mi(! Rogd &Cooks Lane STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Ciry Projec( No. 102420 Revised January 31, 2012 Bond #022227283 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 16 17 fD 19 2l 22 23 24 25 26 27 28 29 30 31 SECTION 00 62 14 PAYMENTBOND THE STATE OF TEXAS § COUNTY OFTARRANT § 006214-1 PAYMENTBOND Page l of KNOW ALL BY THESE PRESENTS: That we, Gilco Contracting. Inc. ,known as "Principal" herein, and Liberty Mutual Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, LGI Homes, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Hundred Thirteen Thousand Seven Hundred Sixty -Five and 00/100 Dollars ($113,765.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number CFA 20-0008;and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 12 t day of Juµt. , 20 to , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Drainage Improvements at the Intersection ofRandol Mill Road & Cooks Lane, 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. CITY OF FORT WORTH Drainage Improvements a! lire L�lerseclion ojRandalMill Road &Cooks Lrtne STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Projec! No. 102420 Revised January 3l, 2012 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 39 40 41 42 43 44 006214-2 PAYMENTBOND 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 statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the lz'� day of 20 . can. Witness as to Principal Witness as to Surety Dale R. Gilreath, President Name and Title Address: 6331 South West Blvd. Benbrook TX 76132 SURETY: Liberty Mutual Insurance Comnan BY: t ltlt(yUJLtt ��Gve Sign re S Thinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 45 END OF SECTION CITY OF FORT WORTH Drainage /mprovemenls n( U>e /ntersec(ion of Randol Mill Raad & Cooks Lone STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Ciry Projec! No. 102420 Revised January 31, 2012 Bond #022227283 2 3 4 5 6 7 12 13 14 15 16 17 18 19 20 21 22 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 006219-I MAINTENANCE BOND Page 1 of 3 KNOW ALL BY THESE PRESENTS: That we Gilco Contractine. Inc. ,known as "Principal" herein and Liberty Mutual Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, LGI Homes, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of One Hundred Thirteen Thousand Seven Hundred Sixty -Five and 00/100 Dollars ($113,765.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA 20-0008;and WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 1214 day of 24 25 26 27 28 29 30 31 32 33 20 2a ,which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Drainage Improvements at the Intersection of Randol Mill Road & Cooks Lane; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Drainage lmprovemenls at (pe Gr(ersec(ion of Randol Mill Road &Cooks Lone STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CiQProjec! No. /02J20 Revised Ianuary 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period, 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely I I noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT W012TH Drainage Gnprove�nents ar Use /iiiersection of Ronda! A/i(! Road &Cooks Lune STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS CiOProject No. /02420 Revised January 31, 2012 006219.3 MAMTENANCEBOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 121K day of 3 JoRt. ,2020 10 11 ATTEST: / 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 (Principal) hlWitness as to rincipa Witness as to Surety Name and Title Address:6331 South West Blvd. Benbroolc, TX 76132 SURETY: Liberty Mutual Insurance Company BY: d�7.lhu fi%lLII� Signature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *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 WOATH Drainage /mproveu�en(s a( (lie Intersection of Randol �Ni!! Road & Cooks Lane STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Ciry Project No. 102420 Revised Ianuary 31, 2012 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual® SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY` Cedificate No: 8200743 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohlo Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Robbi Morales, Don E. Cornell, Sophinie Hunter, Tina McEwan, Tonic Petranck, Ricardo J. Reyna, Joshua Saunders, Kelly A. Westbrook all of the city of Dallas state of TX each individually if there 6e more Than one named, Its true and lawful attorney -In -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surely and as its act and deed, any and all undertakings, bonds, reoognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March , 2019 . Liberty Mutual Insurance Company �, 1NSUq SY INSU INsuR The Ohio Casualty Insurance Company �P aPO^. �O2Om y��oer°agA�Fy �P�oNF°W �yorn West d'American Insurance Company o� 91a oivh 919 duo es 1991 a a1 �j.l eq CHNS ,A VAMPS D Y Npi NP a .61V 'Bi7 * 1,d °'Ht * x� dM * r•� By: David M. Carey, Assistant Secretary - �V Stale of PENNSYLVANIA D County of MONTGOMERY ss �m o m On this 19th day of March 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes) N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d � IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notadal seal at King of Prussla, Pennsylvania, on the day and year first above written. --o c'w p PAS N 65 b5oNW TF! COMMONWEALTH OF PENNSYLVANIA rod Aq( < Notarial Seel ram. of OF 2 Y Teresa pNotaral Seat Public 0 a) Upper Marion Twip Montgomery County By: G al 'Qly .2Y' My Commissbn Expires Mnrch 26, 2021 �'`V9•'�?4 Memboq Pennsylvania AvaacWtlon of Notaries eresa Paste a, Notary Public co ARY PJ". W A .0 a; This Power of AUorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: E ai ARTICLE IV- OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the v President may prescribe, shall appoint such afforneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surely at d any and all undertakings, bonds, reoognizances and other surely obligations. Such attorneys -in -fact, subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z0 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or oHlcers granting such power or authority. ARTICLE XIII- Execution of Contracts: Section 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reoognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney Issued by the Company in connection with surely bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing Is a full, true and correct copy of the Power of Attorney executed by said Companies, Is In full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1ZTM day of �JNf. 020 Y INSUq � naSUa °^°angr z/• �P oa'°rgyn /} (0(3(9 �o ago ° o 1919 f 1991 � i,Gq�dy� B NgNrs Nda°� Ys� NoigNP�pD3 y Renee C. Llewellyn, Assistant Secretary 1 . x M • x LMS-12873 LMIC OCIC WAIC Multi Co 062018 m c 0 LY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi,texas,gQv E-mail: ConsumerProtectionatdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. 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. TEXAS AVISOIMPORTANTE Para obtener information o para someter una queja: Usted puede llamas al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtectionnaldi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primere, Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en paste o condition del documento adjunto. NP70680901 LMS-15292 t0175 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT Policy Number: 46 wBA QT96o7 Endorsement Number: Effective Date: 06/20/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: GILCO CONTRACTING, INC. 6331 SOUTHWEST BLVD BENBROOK, TX 76132 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the evens of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. Number of days advance notice: 30 2. Notice will be mailed to: BLANKET WHEN CARRIER IS REQUZRED BY WRITTEN CONTRACT AND CERTIFICATE OF INSURANCE ON FILE WITH THE HARTFORD. Countersigned by Authorized Representative Form WC 42 06 01 Printed in U.S.A. Process Date: Policy Expiration Date: 06/20/20 Gilco Contracting, Inc. Policy 46 UEA QT1169 Effective 6/20/2019 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) daIs of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient of of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were sued a certificate of insurance applicable to this policy's term. Form IH 03 07 06 11 Page 1 of 1 © 2011, The Hartford Gilco Contracting, Inc., Policy 46UEAQT1168 Effective 6/20/2019 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE MULDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. f notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient of of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were ssued a certificate of insurance applicable to this policy's term. Form IH 03 07 06 11 Page 1 of 1 © 2011.The Hartford WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 6/20/20 at 12:01 a.m. standard time, forms a part of: Policy no. 0002048950 of Texas Mutual Insurance Company effective on 6/20/20 Issued to: BURNSCO CONSTRUCTION INC This is not a bill NCCI Carrier Code: 29939 Authorized representative 6/17/20 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 —Definitions and Telminology............................................................. 1.01 Defined Terms.................................................................................. 1.02 Terminology.. , I I I I I I I I I I I I I I I I I I I 1 1 6 1 1 1 1 * * 6 * 1 6 * * * 4 0 4 4 * * * * 6 * , * * , , P P , P P P P P , . . . . . . . . . . . . . . . Article 2 — Preliminary Matters.......................................................................................... 2.01 Before Starting Construction......................................................................... 2.02 Preconstruction Conference........................................................................... 2.03 Public Meeting............................................................................................... Article 3 —Contract Documents and Amending................................................................ 3.01 Reference Standards...................................................................................... 3.02 Amending and Supplementing Contract Documents ................................... Article 4 —Bonds and Insurance....................................................................................... 4.01 Licensed Sureties and Insurers..................................................................... 4.02 Performance, Payment, and Maintenance Bonds ........................................ 4.03 Certificates of Insurance........,, I I I I I I I I I I I I I I * * * 4 0 4 6 , 6 6 a 6 6 6 6 6 1 6 6 1 1 4 * I I I * * * * * * * * I 1 4 , 1 0 4 4 1 4 4 , 4 , , 4 , 4 , 4 d 4.04 Contractor's Insurance, 1 4 d d d d d 6 1 d 1 6 6 1 6 * 6 6 . I I I I * # 1 6 6 6 * * * * * , 4 . . . . . . . . I I 1 1 4 d I d I I I I I I I I d d 6 1 6 1 6 * 6 * I * * * * * * * * * * 4.05 Acceptance of Bonds and Insurance; Option to Replace.. Article 5 —Contractor's Responsibilities........................................................................... 5.01 Supervision and Superintendent.................................................................... 5.02 Labor; Working Hours, . * * 4 4 1 4 4 4 1 q q I I . . . . 4 . . . . . . . . . . I 1 1 4 1 1 1 6 6 6 1 6 6 1 6 1 1 1 1 1 1 1 1 * * * * , # * * I * * I 1 4 4 4 a 4 4 a 4 5.03 Services, Materials, and Equipment.............................................................. 5.04 Project Schedule. . * I * * I I I * * 6 * * 4 4 4 4 4 4 4 * 4 4 4 4 4 4 4 * * . . . . . . . . . . . 6 . . . . . . . 5.05 Substitutes and "Or• -Equals ...... ...................................................................... 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)........ 5.07 Concerning Subcontractors, Suppliers, and Others ...................................... 5.08 Wage Rates..................................................................................................... 5.09 Patent Fees and Royalties.............................................................................. 5.10 Laws and Regulations.................................................................................... 5.11 Use of Site and Other Areas.... ....... ............... 5.12 Record Documents......................................................................................... 5.13 Safety and Protection..................................................................................... 5.14 Safety Representative.................................................................................... 5.15 Hazard Communication Programs................................................................ 5.16 Submittals....................................................................................................... 5.17 Contractor's General Warranty and Guarantee, , CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised; January 1Q, 2013 .................. .................. .................. .................. .................. .................. .................. .................. .................. .................. C�- 6 12 .......12 12 13 13 14 14 16 16 18 19 19 19 20 21 21 22 22 23 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services..............................................................................24 5,20 Right to Audit: 5.21 Nondiscrimination.. 1 6 6 6 1 1 1 1 1 1 1 1 1 1 1 1 1 A a a a 0 a I so's ......... 25 Article 6 — Other Work at the Site...................................................................................................................26 6.01 Related Work at Site...................................................................................................................26 Article 7 — City's Responsibilities................................................................................................................4,, 26 7.01 Inspections, Tests, and Approvals..............................................................................................26 7.02 Limitations on City's Responsibilities......................................................................................' 26 7.03 Compliance with Safety Program,,",',," 6 6 616 6 27 Article 8 — City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work..................................................................................................27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 — Changes in the Worlc.....................................................................................................................28 9.01 Authorized Changes in the Work...............................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10 —Change of Conh•act Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ............................................ 10,03 Delays.......................................................................... Article 11 —Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 11.02 Notice of Defects........................................................................................................................29 Access to Worlc...........................................................................................................................29 11.03 11.04 Tests and Inspections..................................................................................................................29 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work............................................................................................................. 30 11.06 Correction or Removal of Defective Work..............................................................................6, 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work.............................................................................................31 Article 12 —Completion..................................................... 12.01 Contractor's Warranty of Title ...................... 12,02 Partial Utilization ........................................... 12.03 Final Inspection .............................................. 12.04 Final Acceptance..... Article 13 —Suspension of Work ...................................................... 13.01 City May Suspend Work .............................................. Article 14 —Miscellaneous....................................................... 14.01 Giving Notice ....................................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 10) ..........................................1111111133 14.02 Computation of Times .... 14.03 Cumulative Remedies..... 14.04 SuiTival of Obligations... 14.05 Headings .......................... C[TY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROTECTS Revised: Jamiary IQ, 2013 34 34 35 35 0073 10- t Standard City Conditions Of The Construction Contract For Developer Awarded Projects Pagel of35 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. Agreement -The written insttument which is evidence of the agreement between Developer and Contractor covering the Work 2. 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, 3. 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. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond IL Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. 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. 14. Engineer —The licensed professional engineer or engineering fibre registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance —The written notice given by the City to the Developer and/or Contractor that the Worlc specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection. — Inspection carried out by the City to verb that the Contractor has completed the Work, and each and every part or appurtenance thereof, filly, entirely, and in conformance with the Contract Documents. 17. General Requirements A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any arnd all applicable laws, rules, regulations, ordinarnces, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project fiends, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non. Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, 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. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, 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. 23. Plans —See definition of Drawings. 24. 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. 25. Project —The Work to be performed under the Contract Documents, 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. 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. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer 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 or Developer which are designated for the use of Contractor. 32. 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. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. 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. 35. 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. 36. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. 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. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at S: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — llEVELOPER AWARDED PROJECTS Revised: January IQ, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work --The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Works includes and is the result ofperforming or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not inchrding Saritrdays, Stmdays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not tinder 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 6p.nt. 1.02 Terminology A. The words and teens discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. 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. C. 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. D. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January IQ, 2013 007310-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents, 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 —CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or inshuction 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. 3.02 Amending and Supplementing ContractDoccnnents 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 Participating Change Order or a Non -Participating 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 Tirne, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OP PORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City written interpretation or clarification. ARTICLE 4 —BONDS AND INSURANCE 4.01 Licensed Sureties an basurers 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 coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Paynnent, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, 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 the name of Developer and City 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 4.02.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 4.01 and 4.02.C. 4.03 Certificates oflnsurance Contactor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contactor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January IQ, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 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 these Standard City Conditions. 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. 6. 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. 7. 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. 8. 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%. 9. 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 CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January I0, 2013 0073 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. 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. 11. 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. 12. 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. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's basuraTace 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 Conhactor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liaty. 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 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. 1. For conshuction 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 2. Contractor's Liability Insurance under this Section which shall be on a per project basis cover ng the Contractor with minimum limits of: a. $1,OOQ000 each occurrence b. $2,000,000 aggregate limit The policy must have an endorsement (Amendment —Aggregate Limits of Insurance) making Lite General Aggregate Limits apply separately to each job site. 4. 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. 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. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage 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 following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: En[er limits provided by Railroad Company (If none, write none) b. Each Occurrence: Entcr limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right -of --way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right -of way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. 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. 4.05 Acceptance of Bonds and InsuJ°ante; 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 Developer and 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 Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or 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 5 —CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent 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 C[TY OP FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: Jammry 10, 2013 00 73 t0- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all Limes 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. 5.02 Labor; Wor7cingHoaus A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1, for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior• to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contact Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, constuction 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 CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January ]0, 2013 0073 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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. 5.04 Project Schedade A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule, 2. Proposed adjustments in the Project Schedule that will change the Conriact Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substihltes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 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 CITY OP PORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised; January 10, 2013 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 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 5.05.A.1, it may be submitted as a proposed substitute item. b. Conhactor 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: i, perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. 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; iii. whether incorporation or use of the proposed substitute item in connection with the Worlc is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item fi•om that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PRO.fECTS Revised: January 10, 20I3 0073 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly fiom 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 5.05.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 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special 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 5.05.A.2 and 5.05.13. 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. R Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. 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. D. All Subcontractors, Suppliers, and such other individuals or entities performing or famishing any of the Work shall communicate with City through Contractor. E. 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 these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents, B. Penalty for• Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023, C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. 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 IIth 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 he 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 CITY OF PORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code, G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fidlest extent permitted by Laws and Regulations, Contractor shall indernn� 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 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, 5.10 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 loaow 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 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 3.01. 5.11 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 fiom 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. 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 5.18, Contractor shall indemn� and hold 12armless City, from mvd 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 or Developer, 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 shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. 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. 5.12 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AW ARDED PROJECTS Revised: January 10, 2013 0073 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. 5.13 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 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 maybe affected by the Worl<; 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 infonn 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 5.13.A.2 or 5.13.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. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January IQ, 2013 0073 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 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. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. I . 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 5.16.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 fiom 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 5.16.C. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City 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, 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that al] Work will be in accordance with the Conriact 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: 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 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 or Developer 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 C[TY OP FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 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 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 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. Conttactor 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. 519 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 cagy 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January IQ, 2013 0073 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely on 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 5.19, 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 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. 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. C. 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 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. D. Contractor and Subconttactor 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. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 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 conh•actor 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. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.O1 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 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 5.13, CITY OP PORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: 7anuary 10, 2013 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safe0) Prograrn 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 5.13, ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative 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 Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative 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 Representative'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 Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Conhact 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 Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative 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 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City'S Project Representative 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). ARTICLE 9 —CHANGES IN THE WORK 9.01 Authorized Changes in the Worlc 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 Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Conhact Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 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. ARTICLE 10 —CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January I Q, 2013 0073 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 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, 11.02 Access to Worlc 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. 11.03 Tests andlnspections 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 approved by 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 11.03 D result in a "fail", "did not pass" or other similar negative result, the Conhactor 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 CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contactor. Contactor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance 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 Contactor without written concurrence of City, Contactor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contact 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. I L05 City May Stop the Work If the Work is defective, or Contactor 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 Contact 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 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contactor 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 11.06 or Paragraph 11.07, Contactor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 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 requhed by the Contact CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 5.10.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. C. Where defective Work (and damage to other Work resulting therefrom) has been con•ected or removed and replaced under this Paragraph 11.07, 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 and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contactor fails within a reasonable time a$er written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contactor fails to perform the Work in accordance with the Contract Documents, or if Contactor fails to comply with any other provision of the Contact Documents, City may, after seven (7) days written notice to Contactor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contactor 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 CITY OP PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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 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 11.09, ARTICLE 12 —COMPLETION 12A1 Contractor's Warrmiiy of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed 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 by City 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. 12.03 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Conhact Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 FinalAcceptance A. Upon completion by Contractor to Ciry's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Conh•act Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4, affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. 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. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 —SUSPENSION OF WORK 13.01 City May Suspend Worlr 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 stop contract time on City participation projects. 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 C[TY OF FORT WORTH STANDARD CITY CONDiT[ONS —DEVELOPER AWARDED PR07ECTS Revised: Sanuary 10, 2013 0073 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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. ARTICLE 14 —MISCELLANEOUS 14.01 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: 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 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. 14.02 Computation ofTimes 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. 14.03 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 constued 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 OP PORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECPS Revised: January I0, 2013 0073 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14,04 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. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions, CITY OF FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2073 1 2 SECTION 01 11 00 SUMMARY OF WORK 3 PART1- GENERAL uu:tl 011100-1 DAP SUMMARY OF WORK Page I of 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 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 L2 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] l7 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Drainage Improvements al the Intersection o(Rmido! Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects City Project No. 102420 Revised December 20, 2012 01 1100-2 DAP SUMMARY OF WORK Page 2 of 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project constriction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH �roinnge (nynonemen(s n! Uie hueiaecliar of2nndol Mi((Road &Cooks Lurie STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects City Project No. 102420 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 too SUBMITTALS [NOT USED] 2 166 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 L7 CLOSEOUT SUBMITTALS [NOT USED] 4 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 199 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 CITY OP PORT WORTH Orninnge Lnpravements at the lntenseetiorr ofRnedol Mi/I Ronrl &Cooks Lmre STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects City Projec[ No. 102420 Revised December 2Q, 2012 2 3 PART1- GENERAL SECTION 0131 19 PRECONSTRUCTION MEETING 013119-1 DAP PRECONSTRUCTION MEETING Page 1 of 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. No construction schedule required unless requested by the City. 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 delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the ty. 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. Developer and Consultant 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 OP FORT WORTH Drairmge bnprmements at tLe Lrtersection a(Rmrdol Mill Road &Cooks Lmre STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Projec[ No. 102420 Revised August 30, 2013 1 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 40 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f Others as appropriate 4. 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 I. Insurance Renewals in. 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 cc, Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Orainnge /nrprovenrents at [lre /nlersectiwr ofRmrdol Mill Roarl &Cooks Lnne STANDARD CONS'CRUC'CION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 12evised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 I 1.5 SUBMITTALS [NOT USED] 2 L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 L8 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] I1 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Or«in«ge /mproreurwar «(tire buersecliwr ofR«rtdo! Mill Rond & Cookr L«ne STANDARD CON STRUCTION SPECIFICATION DOCOMENTS—DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised August 3Q, 2013 SECTION 0133 00 DAP SUBMITTALS 3 PART1- GENERAL 4 Ll SUMMARY 5 A. Section Includes: 013300-1 DAP SUBMITTALS Page I of I 1 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this Ciry of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 IA ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. CITY OF FORT W012TH Drainage Improvements a[ [he Intersection of Randol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. ]02420 Revised August 30, 2013 O13300-2 DAP SUBMITTALS Page 2 of I I 1 2. Coordination of Submittal Times 2 a. Prepare, prioritize and tram t each submittal sufficiently in advance of 3 performing the related Work or other applicable activities, or within the time 4 specified in the individual Work Sections, of the Specifications. 5 b. Contractor is responsible such that the installation will not be delayed by 6 processing times including, but not limited to: 7 a) Disapproval and resubmittal (if required) 8 b) Coordination with other submittals 9 c) Testing 10 d) Purchasing 11 e) Fabrication 12 f) Delivery 13 g) Similar sequenced activities 14 c. No extension of time will be authorized because of the Contractor's failure to 15 transmit submittals sufficiently in advance of the Work. 16 d. Make submittals promptly in accordance with approved schedule, and in such 17 sequence as to cause no delay in the Work or in the work of any other 18 contractor. 19 B. Submittal Numbering 20 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 21 reference identification numbering system in the following manner: 22 a. Use the first 6 digits of the applicable Specification Section Number. 23 b. For the next 2 digits number use numbers 01-99 to sequentially number each 24 initial separate item or drawing submitted under each specific Section number. 25 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 26 A=2nd submission, 13=3rd submission, C=4th submission, etc.). A typical 27 submittal number would be as follows: 28 go 03 30 00-08-B 30 31 1) 03 30 00 is the Specification Section for Concrete CITY OF FORT WORTI{ Drainage Improvements at the Intersection of Randol Mi112oad &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised August 3Q 2013 013300-3 DAP SUBMITTALS Page 3 of 11 1 2) 08 is the eighth initial submittal under this Specification Section 2 3) B is the third submission (second resubmission) of that particular shop 3 drawing 4 C. Contractor Cert fication 5 1. Review shop drawings, product data and samples, including those by 6 subcontractors, prior to submission to determine and verify the following: 7 a. Field measurements 8 b. Field construction criteria 9 c. Catalog numbers and similar data 10 d. Conformance with the Contract Documents 11 2. Provide each shop drawing, sample and product data submitted by the Contractor 12 with a Certification Statement affixed including: 13 a. The Conh•actor's Company name 14 b. Signature of submittal reviewer 15 c. Certification Statement 16 1) "By this submittal, I hereby represent that I have determined and verified 17 field measurements, field construction criteria, materials, dimensions, 18 catalog numbers and similar data and I have checked and coordinated each 19 item with other applicable approved shop drawings." 20 D. Submittal Format 21 1. Fold shop drawings larger than 8 % inches x 11 inches to 8 %z inches x 11 inches. 22 2. Bind shop drawings and product data sheets together. 23 3. Order 24 a. Cover Sheet 25 1) Description of Packet 26 2) Contractor Certification 27 b. List of items / Table of Contents 28 c. Product Data /Shop Drawings/Samples /Calculations CITY OF FORT WORTH Drainage Improvements a[ the Intersection of 2andol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS —DEVELOPER AWARDED PR07ECTS City Project No. 102420 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 11 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of: 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product, with the Specification Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom -prepared data such as fabrication and erection/installation (working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings CITY OF FORT WORTH Drainage 6nprovemen[s a[ [he Intersection of Randol Mill Road &Cooks Lane STANDARD CONS'I'RUC'1'ION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised Augus[ 3Q, 2013 013300-5 DAP SUBMITTALS Page 5 of I 1 1 h. Individual system or equipment inspection and test reports including: 2 1) Performance curves and certifications 3 i. As applicable to the Work 4 2. Details 5 a. Relation of the various parts to the main members and lines of the shucture 6 6. Where correct fabrication of the Work depends upon field measurements 7 1) Provide such measurements and note on the drawings prior to submitting 8 for approval. 9 G. Product Data 10 1. For submittals of product data for products included on the City's Standard Product 11 List, clearly identify each item selected for use on the Project. 12 2. For submittals of product data for products not included on the City's Standard 13 Product List, submittal data may include, but is not necessarily limited to: 14 a. Standard prepared data for manufactured products (sometimes referred to as 15 catalog data) 16 1) Such as the manufacturer's product specification and installation 17 instructions 18 2) Availability of colors and patterns 19 3) Manufacturer's printed statements of compliances and applicability 20 4) Roughing -in diagrams and templates 21 5) Catalog cuts 22 6) Product photographs 23 7) Standard wiring diagrams 24 8) Printed performance curves and operational -range diagrams 25 9) Production or quality control inspection and test reports and certifications 26 10) Mill reports 27 11) Product operating and maintenance instructions and recommended 28 spare -parts listing and printed product warranties 29 12) As applicable to the Work CITY OF FORT WORTH Drainage Imp�rovemen[a a[ [he Intersection of Randol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJHCTS City Pr ject No. I02420 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 11 1 H. Samples 2 1. As specified in individual Sections, include, but are not necessarily limited to: 3 a. Physical examples of the Work such as: 4 1) Sections of manufactured or fabricated Work 5 2) Small cuts or containers of materials 6 3) Complete units of repetitively used products color/texture/pattern swatches 7 and range sets 8 4) Specimens for coordination of visual effect 9 5) Graphic symbols and units of Work to be used by the City for independent 10 inspection and testing, as applicable to the Work 11 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 12 be fabricated or installed prior to the approval or qualified approval of such item. 13 1. Fabrication performed, materials purchased or on -site construction accomplished 14 which does not conform to approved shop drawings and data is at the Contractor's 15 risk. 16 2. The City will not be liable for any expense or delay due to corrections or remedies 17 required to accomplish conformity. 18 3. Complete project Work, materials, fabrication, and installations in conformance 19 with approved shop drawings, applicable samples, and product data. 20 J. Submittal Distribution 21 1. Electronic Distribution 22 a. Confirm development of Project directory for electronic submittals to be 23 uploaded to City's Buzzsaw site, or another external FTP site approved by the 24 City. 25 b. Shop Drawings 26 1) Upload submittal to designated project directory and notify appropriate 27 City representatives via email of submittal posting. 28 2) Hard Copies 29 a) 3 copies for all submittals CITY OF F012T WORTH Drainage Improvements at the Intersection of Randol Milt Road &Cooks Lane STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS —DEVELOPER AWARDED PROSECTS City Project No. 102420 Revised August 30, 2013 0133 00 -7 DAP SUBMITTALS Page 7 of 11 1 b) If Contractor requires more than 1 hard copy of Shop Drawings 2 returned, Contractor shall submit more than the number of copies listed 3 above. 4 c. Product Data 5 1) Upload submittal to designated project directory and notify appropriate 6 City representatives via email of submittal posting. 7 2) Hard Copies 8 a) 3 copies for all submittals 9 d. Samples 10 1) Distributed to the Project Representative 11 2. Hard Copy Distribution (if required in lieu of elech•onic distribution) 12 a. Shop Drawings 13 1) Distributed to the City 14 2) Copies 15 a) 8 copies for mechanical submittals 16 b) 7 copies for all other submittals 17 c) If Contractor requires more than 3 copies of Shop Drawings returned, 18 Contractor shall submit more than the number of copies listed above. 19 b. Product Data 20 1) Distributed to the City 21 2) Copies 22 a) 4 copies 23 c. Samples 24 1) Distributed to the Project Representative 25 2) Copies 26 a) Submit the number stated in the respective Specification Sections. 27 3. Distribute reproductions of approved shop drawings and copies of approved 28 product data and samples, where required, to thejob site file and elsewhere as 29 directed by the City. CITY OF FORT WORTH Drainage Improvements at the Intersection of Randol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DF,VELOPER AWARDED PROSECTS City Project No. 102420 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of l l 1 a. Provide number of copies as d rected by the City but not exceeding the number 2 previously specified. 3 K. Submittal Review 4 1. The review of shop drawings, data and samples will be for general conformance 5 with the design concept and Contract Documents. This is not to be construed as: 6 a. Permitting any departure fi-om the Contract requirements 7 b. Relieving the Contractor of responsibility for any errors, including details, 8 dimensions, and materials 9 c. Approving departures from details furnished by the City, except as otherwise 10 provided herein 11 2. The review and approval of shop drawings, samples or product data by the City 12 does not relieve the Contractor from his/her responsibility with regard to the 13 fulfillment of the terms of the Contract. 14 a. All risks of error and omission are assumed by the Contractor, and the City will 15 have no responsibility therefore. 16 3. The Contractor remains responsible for details and accuracy, for coordinating the 17 Work with all other associated work and trades, for selecting fabrication processes, 18 for techniques of assembly and for performing Work in a safe manner. 19 4. If the shop drawings, data or samples as submitted describe variations and show a 20 departure from the Contract requirements which City finds to be in the interest of 21 the City and to be so minor as not to involve a change in Contract Price or time for 22 performance, the City may return the reviewed drawings without noting an 23 exception. 24 5. Submittals will be returned to the Contractor under 1 of the following codes: 25 a. Code 1 26 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 27 comments on the submittal. 28 a) When returned under this code the Contractor may release the 29 equipment and/or material for manufacture. 30 b. Code 2 31 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 32 the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH Drainage Improvements at the Intersection of Randol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised August 30, 2013 013300-9 UAP SUBMITTALS Page 9 of 11 1 a) The Contractor may release the equipment or material for manufacture; 2 however, all notations and comments must be incorporated into the 3 final product. 4 c. Code 3 5 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 6 assigned when notations and comments are extensive enough to require a 7 resubmittal of the package. 8 a) The Contractor may release the equipment or material for manufacture; 9 however, all notations and comments must be incorporated into the 10 final product. 11 b) This resubmittal is to address all comments, omissions and 12 non -conforming items that were noted. 13 c) Resubmittal is to be received by the City within 15 Calendar Days of 14 the date of the City's transmittal requiring the resubmittal. 15 d. Code 4 16 1) "NOT APPROVED" is assigned when the submittal does not meet the 17 intent of the Contract Documents. 18 a) The Contractor must resubmit the entire package revised to bring the 19 submittal into conformance. 20 b) It may be necessary to resubmit using a different manufacturer/vendor 21 to meet the Contract Documents, 22 6. Resubmittals 23 a. Handled in the same manner as first submittals 24 1) Corrections other than requested by the City 25 2) Marked with revision triangle or other similar method 26 a) At Contractor's risk if not marked 27 b. Submittals for each item will be reviewed no more than twice at the City's 28 expense. 29 1) All subsequent reviews will be performed at times convenient to the City 30 and at the Contractor's expense, based on the City's or City 31 Representative's then prevailing rates. 32 2) Provide Contactor reimbursement to the City within 30 Calendar Days for 33 all such fees invoiced by the City. CITY OF FORT WORTH Drainage Improvements at the Intersection of Randol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS Cily Project No. 102420 Revised August 30, 2013 013300 -10 DAP SUBMITTALS Page 10 of I l 1 c. The need for more than 1 resubmission or any other delay m obtaining City 2 review of submittals, will not entitle the Contractor to an extension of Contract 3 Time, 4 7. Partial Submittals 5 a. City reserves the right to not review submittals deemed partial, at the City's 6 discretion. 7 b. Submittals deemed by the City to be not complete will be returned to the 8 Contractor, and will be considered "Not Approved" until resubmitted. 9 c. The City may at its option provide a list or mark the submittal directing the 10 Contractor to the areas that are incomplete. 11 8. If the Contractor considers any connection indicated on the shop drawings to 12 constitute a change to the Contract Documents, then written notice must be 13 provided thereof to the Developer at least 7 Calendar Days prior to release for 14 manufacture. 15 9. When the shop drawings have been completed to the satisfaction of the City, the 16 Contractor may carry out the construction in accordance therewith and no further 17 changes therein except upon written instructions from the City. 18 10. Each submittal, appropriately coded, will be reRirned within 30 Calendar Days 19 following receipt of subinittal by the City. 20 L. Mock ups 21 1. Mock Up units as specified in individual Sections, include, but are not necessarily 22 limited to, complete units of the standard of acceptance for that type of Work to be 23 used on the Project. Remove at the completion of the Work or when directed. 24 M. Qualifications 25 1. If specifically required in other Sections of these Specifications, submit a P.E. 26 Certification for each item required. 27 N. Request for Information (RFI) 28 1. Contractor Request for additional information 29 a. Clarification or interpretation of the contract documents 30 b. When the Contractor believes there is a conflict between Contract Documents CITY OF FORT WORTH Drainage Improvements at [he Intersection of Randol Mill Road &Cooks Lane S'I'ANDARU CONSTRUCTION SPECIFICA'CION DOCUMEN'C6—DEVBLOPER AWARDED PROJECTS City Pmjeo[No. 102420 Revised August 3Q 2013 013300 -11 DAP SUBMITTALS Page 11 of 11 1 c. When the Contractor believes there is a conflict between the Drawings and 2 Specifications 3 1) Identify the conflict and request clarification 4 2. Sufficient information shall be attached to permit a written response without farther 5 information. Loa r� 8 1.5 SUBMITTALS [NOT USED] 9 L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 L7 CLOSEOUT SUBMITTALS INOT USED] 11 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 169 QUALITY ASSURANCE [NOT USED] 13 1910 DELIVERY, STORAGE, AND HANDLING INOT USED] 14 loll FIELD [SITE] CONDITIONS INOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] F[? END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OP FORT WORTH Drainage Improvements at the Intersection ofl2andol Mill Road &Cooks Lane STANDARD CONSTRUC'CION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City ProjecWo. 102420 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Drainage Improvements at the intersection of Random Mill Road & Cooks lane . City Project No. 102420 Page I of 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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, a nd payment of all Quality Control testing. b. City is responsible for performing and payment for fast 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 form of distribution approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Drainage Improvements at the intersection of Random Mill Road & Cooks lane . City Project No. 102420 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 5000 -1 DAP TEMPORARY FACILITIES AND CONTROLS Page I of 1 SECTION 01 50 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 I 1 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations fi•om 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 L2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility serice costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 e. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Drainage Improvements at the Intersection of Randollv1i77 Road &Cooks Lm�e STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No, 102420 Revised nULY 1, 201 I olso00-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance, 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Drainage Improvements at the Intersection of Rando(Nlil/ Road &Cooks Lnrte STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. I02420 Revised DULY I, 201 I 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 L9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 LII FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USEDI 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Drainage Improvements nt tl�e Intersec(io�r ofR�uido! Nlill Rond &Cooks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised DULY I, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Orainnge lnrprovernents n[ the /nlersectiai ofRmrdo(Mill Ronr/ &Cooks Lmre STANDARD CON STI2UCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 1 SECTION Ul 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Sheet 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 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Sheet Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Drainage Improvements at the Intersection ofRnndo/ Mill Road & Cooks late STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revise Juty 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Sheet Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 LS SUBMITTALS [NOT USED] 27 L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 L7 CLOSEOUT SUBMITTALS [NOT USED] 29 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 L9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 L11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Orninnge lmyrovements at the Lilerseetian ofRnndol Mi(I Rond &Cooks Lurie STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised July 1, 201 I 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pnge 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Drrriange Lnprovements at the hifersectiorr of2arrdol Mill Road &Cooks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 12evised 7uly 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Page l of 1 SECTION Ul 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 5l1��1•;17'1 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 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: ] 0 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES t 5 CITY A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. OF FORT WORT[{ Drnirtage fniproveruents a[ the intersection ofRandn! Mill Road &Cooks Lmie STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City ProjecLNo. 102420 Revised July I, 2011 015713-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings, 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 6 1 8 1 0 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2 41 42 43 44 45 46 47 a) post atj 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O1 33 OQ 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 Orainnge Lnprovementr at the Lrtersectia� of Rnndol Mill 2ond & Cookr Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised July I, 201 I 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 L9 QUALITY ASSURANCE [NOT USED] S 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 loll FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I I PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF F012'1' WORTH Drninnge Gnprovements ni t/re Intersection nfRnnrlol Mfll Ronrl &Cooks Lune STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised 7uty 1, 2011 01 60 00 DAP PRODUCT REQUIREMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Drainage Improvements at the Intersection of Randol Mill & Cooks lane City Project No. 102420 Page I of 2 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 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 list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.eov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. 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. B. 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. C. 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. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Drainage Improvements at the Intersection of Randol Mill & Cooks lane City Project No. 102420 01 60 00 DAP PRODUCT REQUIREMENTS 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] Page 2 of 2 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 016600-t DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Paget of4 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 L9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Drainage hnyrovements nt Nie huersecfion ofRmrdol NLiI/ Rond &Cooks Lmie STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROSECTS City Project No. 102420 Revised April 7, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 I 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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, 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 Drrrinnge /mprovements at the Intersection ofRmrdol Mill Raad &Cooks Larre STANDARD CONSTRUC'CION SPECIFICAT]ON DOCUMENTS —DEVELOPER AWARDED PROSECTS City Project No. 102420 Revised Apri17, 2010. 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] I 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Ti] CITY OF PORT WORT[i Drainage ingironemen(s al !ke Lrterseclion of Rmrdol Hli(( Road &Coo/cs Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT' WOR'PH Drninnge Gnpravements nt tGe7ntersectian ofRmrdo(d�il! Rond &Cooks Lm�e STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJEC'CS City Projec[No. 102420 Revised April 7, 2014 01 000-1 DAP MOBILIZATION AND REMOBILIZATION Page I of 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean -tip 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization CITY OF FORT WORTH Orninnge G�iprovenients nt the Guersection o(Rmrdol Mi!! Rond &Cooks Lm�e STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROTECTS City Project No. 102420 Revised April 7, 2014 of �000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 a) Transportation of Contractor's personnel, equipment, and operating 2 supplies from the Site including disassembly or temporarily securing 3 equipment, supplies, and other facilities as designated by the Contract 4 Documents necessary to suspend the Work. 5 b) Site Clean-up as designated in the Contract Documents 6 2) Remobilization 7 a) Transportation of Contractor's personnel, equipment, and operating 8 supplies to the Site necessary to resume the Work. 9 b) Establishment of necessary general facilities for the Contractor's 10 operation at the Site necessary to resume the Work. 11 3) No Payments will be made for: 12 a) Mobilization and Demobilization from one location to another on the 13 Site in the normal progress of performing the Work. 14 b) Stand-by or idle time 15 c) Lost profits 16 3. Mobilizations and Demobilization for Miscellaneous Projects 17 a. Mobilization and Demobilization 18 1) Mobilization shall consist of the activities and cost on a Work Order basis 19 necessary for: 20 a) Transportation of Contractor's personnel, equipment, and operating 21 supplies to the Site for the issued Work Order. 22 b) Establishment of necessary general facilities for the Contractor's 23 operation at the Site for the issued Work Order 24 2) Demobilization shall consist of the activities and cost necessary for: 25 a) Transportation of Contractor's personnel, equipment, and operating 26 supplies from the Site including disassembly for each issued Work 27 Order 28 b) Site Clean-up for each issued Work Order 29 c) Removal of all buildings or other facilities assembled at the Site for 30 each Work Oder 31 b. Mobilization and Demobilization do not include activities for specific items of 32 work for which payment is provided elsewhere in the contract. CITY OF FORT WORTH Drninnge baprovemen7s at [he Lrteereetion of2andol Mi(1 Ronrl &Cooks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 2 a. A Mobilization for Miscellaneous Projects when directed by the City and the 3 mobilization occurs within 24 hours of the issuance of the Work Order, 4 B. Deviations from this City of Fort Worth Standard Specification 5 1. None. 6 C. Related Specification Sections include, but are not necessarily limited to: 7 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 8 2. Division 1 —General Requirements 9 1.2 PRICE AND PAYMENT PROCEDURES 10 A. Measurement and Payment 11 1. Mobilization and Demobilization 12 a. Measure 13 1) This Item is considered subsidiary to the various Items bid. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 are subsidiary to the various Items bid and no other compensation will be 17 allowed. 18 2. Remobilization for suspension of Work as specifically required in the Contract 19 Documents 20 a. Measurement 21 1) Measurement for this Item shall be per each remobilization performed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price per each "Specified Remobilization" in accordance with Contract 26 Documents. 27 c. The price shall include: 28 1) Demobilization as described in Section 1.1.A.2.a, ) CITY OF PORT WORTH Orninnge hnproven�ents nt Use Giterseetimr of2mrdol Mill Rond &Cooks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. I02420 Revised Apri17, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 2) Relnobilization as described in Section 1.1.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00, 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the unit 17 price per each "Work Order Mobilization" in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 I) Mobilization as described in Section l.I.A.3.a.1) 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit CITY OF FORT WORTH Drainage /myrovements at the Intersection o�Rmtdol Mi(( Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Projec[ No. 102420 Revised April 7, 2014 017000-5 DAP MOBILIZATION AND REMOBILIZATION Page 5 of 6 1 price per each "Work Order Emergency Mobilization" in accordance with 2 Contract Documents. Demobilization shall be considered subsidiary to 3 mobilization and shall not be paid for separately. 4 c. The price shall include 5 1) Mobilization as described in Section L1.A.4.a) 6 2) Demobilization as described in Section 1.1.A.3.a.2) 7 d. No payments will be made for standby, idle time, or lost profits associated this 8 Item. 9 1.3 REFERENCES [NOT USED] 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS [NOT USED] 12 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 L9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Drninnge hnprovemerus rr[ the /rrtersectloe of Rmido(Mill Rond & Coola• Lmre STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROSECTS City Pr ject No. 102420 Revised April 7, 2014 019000-6 DAP MOBILIZATION AND REMOBILIZATION Page 6 of 6 CITY OF FORT WORTH Drninnge Ingnnveuren[s n[ t/re Lrtersection ofRmrdof Mill Road & Cookr Lm�e STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 017423-t DAP CLEANING Pagel of4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 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: I I 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 L7 CLOSEOUT SUBMITTALS [NOT USED] 28 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Drainage hnyrovemenGs «[ Nreluersution ofRnndo7 Mi(1 Road &Cooks Lurie STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised Apri17, 2014 017423-2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 21 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 262 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recormnended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3,4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or• in an 32 alternate manner approved by City and regulatory agencies. CITY OF PORT WORTH Orainnge Gnprovernentr at the Guerrectlon o/Rmrdol Mil] Rorrd rl;. Cooks Lane STANDARD CON SIBUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. I02420 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Ur�innge Imyrovemen(s a( f/re /irtersecliai ofHnndol Mi!/ Rond &Cooks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 017423-4 DAP CLEANING Page of4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORT19 Drainage lnlprovemenls nt Hie /n(ereectiai ofRmido(Mill Rond & Cookr Lm�e STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Projec[ No. 102420 Revised April7, 2014 1 2 3 PART1- GENERAL SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page I of 3 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 L5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative, CITY OF FORT WORTH Drninoge LnprovemenLs nt (he Luercec(ion ofRnndo(Mil7 Rond &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER A WARDED PROJECTS City Project No. 102420 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PA12T 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23, 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City, 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Drainage Improvements at the Intersection of Rardol Mill Road &Cooks Lane STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 20I4 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) I I f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Orainnge Improvements ul tAe /nterseclion of Randol Mill Rond &Cooks Lnne STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 017823-1 DAP OPERATION AND MAINTENANCE DATA Pagel of5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 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. REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional maual for use by City personnel. 32 2. Format 33 a. Size: 8 V2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Drainage Improvements at the Lrtersecfiai ojRandol Mi(1 Road & Caoks Lune STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWAI2llED PROTECTS City Project No. 102420 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF PORT WORTH Drainage Improvements at the Luersec[ian ofRnndo! Mill Road &Cooks Lane STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROSECTS Ci[y Project No. 102420 Revised April 7, 2014 017R23-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Drainage Improvements at the Intersection o/Rondo! Mill Road & Caoks Lnne STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 reconnnended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 L9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Drnirmge Lapravemenls rr! tl+e I+uersectim+ ofRm+do(Mill Rond & Coaks Lm+e STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS —DEVELOPER AWAt2DED PROJECTS City Project No, 102420 Revised April 7, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 loll FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION (NOT USED] 6 7 3 END OE SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/31/2012 D. Johnson 1.5.A.1 —title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Drainage Lnprovemerrts a7 the brtersection of2mrdaf Mill Road &Cooks Lmre STANDARll CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised Apri17, 2014 017939-1 DAP PROJECT RECORD DOCUMENTS Pagel of4 I SECTION Ul 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 6 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 L9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents, CITY OF FORT WORTH Drainage Improvements at the Intersection ofRmirlof Mill Road &Cooks Lmre STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents, 15 1.11 FIELD [SITE] CONDITIONS [NOT IISED] 16 1.12 WARRANTY [NOT USED] 17 PART2- PRODUCTS 18 2.1 OWNER -FURNISHED [on] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Irnrnediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS. JOB SET". CITY OF FORT WORTH Drainage Improvements at the /ntersee(iwi of Rmido(Mill Road &Cooks Lmre STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Projec[ No. 102420 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page of I 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 41 42 43 44 45 46 47 48 5. Conversion of schematic layouts 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. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Orninage lwyroiernerus nt the Giterseclion o(Randn7 Mil] Road &Cooks Lurie STANDARD CONSTI2UCT[ON SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 102420 Revised April 7, 2014 :JJ�/fiFYE! DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 1 I of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OP PORT WORTH Drainnge /rnprovements nt Uie Lttersection ofRmirlol Mil[ 2ond &Cooks Lmte STANDARD CONSTRUCTION SPF,CIPICATION DOCUMENTS —DEVELOPER AWARDED PI20JECTS City Projec[ No. 102420 Revised April 7, 2014