Loading...
HomeMy WebLinkAboutContract 54379-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF The Vann Tract (Bridgeview) -Phase 2 Water, Sewer, Paving, Drainage, & Street Light Improvements Betsy Price Mayor City Project No.102357 FILE NO. W-2663 "X" NO. X-26239 Christopher P. Harder, P.E. Director, Water Department William Johnson David Cooke City Manager Director, Transportation and Public Works Department Prepared for The City of Fort Worth July2020 IA LJA ENGINEERING 3017 W. 7th Street, Suite 300 Fort Worth, Texas 76102 Texas Registration F-1386 CSC No. 54379-PM1 00 00 �o- � TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page I of 4 1 SECTION 00 0010 2 TABLE OF CONTENTS 3 DEVELOPER AWARDED PROJECTS 4 5 Division 00 - General Conditions 6 AA ,-,ri3 T...,:..,�:,.., .,. n:aae.... % v�GY�� i«..�...,..�:...... �.. D:.7.ie.... g w A 1 !1A L]:.7 �....... 9 ���� D:a n,..,a 10 ' 11 12 00 42 43 Proposal Form Unit Price 13 00 45 12 Prequalification Statement �4 ��SJ--� � a:.7.7e.. D«e.,,,..1;4:..�r:.,., A ««.1:..�r;.,.. 15 00 45 26 Contractor Compliance with Workers' Compensation Law 16 17 00 52 43 Agreement 18 00 61 25 Certificate of Insurance 19 00 62 13 Performance Bond 20 00 62 14 Payment Bond 21 00 62 l9 Maintenance Bond 22 23 24 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded 25 Projects 26 27 Division Ol - General Requirements 28 O1 l 1 00 Summary of Work 29 30 O1 3l 19 Preconstruction Meeting 31 32 33 O1 32 33 Preconstruction Video 34 O1 33 00 Submittals 35 O1 35 13 Special Project Procedures 36 O1 45 23 Testing and Inspection Services 37 O1 50 00 Temporary Facilities and Controls 38 O1 55 26 Street Use Permit and Modifications to Traffic Control 39 Ol 57 13 Storm Water Pollution Prevention Plan 40 41 O1 60 00 Product Requirements 42 O1 66 00 Product Storage and Handling Requirements 43 A�zA AA *,r,.w;,:..,,«:,.., ...,a De...,.w:,:.,,..:,.., 44 �1�t3 r,...�...,,,,«;,,., e«.,v:,,,. 45 O1 74 23 Cleaning 46 O1 77 19 Closeout Requirements 47 O1 78 23 Operation and Maintenance Data 48 O1 78 39 Project Record Documents CITY OF FORT WORTH Bridgerietiv - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS /02357 Revised September l, 2015 0000 �0-2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documeuts 3 4 31 25 00 5 33 OS 10 6 34 41 30 9 10 11 12 13 14 IS 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 Erosion and Sediment Control (MOD) Utility Trench Excavation, Embedment and Backfill (MOD) Aluminum Signs (MOD) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htns://proj ectpoint.buzzsaw.com/cl ient/fortworthgov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Ezisting Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 4l 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete Division 26 - Electrical ��� n n,.......,.., �v,...L De..,.t.., c_��e,..a,..,t 26 OS 33 Raceway and Boxes for Electrical Systems Division 31- Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 3��v nn �..w:,..... 31 37 00 Riprap Division 32 - Egterior Improvements �� A1 1^/ De«.......e..* A �«1...1t D....:«.. De.,.�;: 32 O1 29 Concrete Paving Repair 3��i'--"'c3 ni,,.,:aie n.,..e n,.,,,...e.. 32 11 29 Lime Treated Base Courses ���T�� !'ew.e..4 T«e..�e.7 D....e l�..,.....e.. 32 13 13 Concrete Paving CITY OF FORT WORTH Bridgevre�v - Phase 2 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS /02357 Revised September 1, 2015 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 1 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 2 32 13 73 Concrete Paving Joint Sealants 3 4 32 l6 13 Concrete Curb and Gutters and Valley Gutters 5 6 3� 3�- i� n�..,:.. r:.,i. n .......... ....a �,..,... % �z�i � �1�:..,, �,,..,.e ..,� l�..��.. 8 7i7�i \17.....7 C..«..e.. ..«.7 !_.,�.,.. 9 3� 3��-13 n.,... :., oi,,,.e �,...,,..e+e ne«.,:.,:,,,, �i�„t�� 10 32 9l 19 Topsoil Placement and Finishing of Parkways 11 32 92 13 Hydro-Mulching, Seeding, and Sodding 12 3���-'-� ;3 -r,.ee.. .,.,a et,..,.w.. 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 Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 Ol 31 Closed Circuit Television (CCT� Inspection �� n� i n,,....,.�:,,., n,...«..,.i �re... �.,.a,..,.. 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33-0�1c n,...,...e.e �v.,«e.. v.,..t... 33 OS 17 Concrete Collars 33 OS 20 Auger Boring 33-03-� T......,., . : _ D�..�„ 33 OS 22 Steel Casing Pipe 33-0�-z?3 u.,.,a •r.,.,.,°i;.,,. 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 26 Utility Markers/Locators 33 OS 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 l 1 12 Polyvinyl Chloride (PVC) Pressure Pipe , � 3�� >> n n....:ea e.esi n;,.o ,,.,a �:..:,,,,� 3���� D«e ..a«e....e.7 !`........ete !'..1:...�e� DS..o 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve 33��-�-� AU/\I/A D..l.l.e« Ce..�e.7 i]..t+e«fl�. Vnl:,00 33 12 25 Connection to Existing Water Mains ,���r� !•,..„t,:„„t:..« A:« V..l..e A....e..,t.l:e.. f.. D..t.,l.le \l/�te« C.,�ro.,,� 33 12 40 Dry-Barrel Fire Hydrants 33 12 60 Blow-off Valves CITY OF FORT WORTH Bridgerre�v - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102357 Revised September 1, 2015 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 33 3�—;�3 �:we..,.�.,�., ne:,,� «,.ea n:..e �«�..,,..:,., e,,.,:,,,..., eo.,.o..r 33 3�z3 LiTD� D:..e �,... e.,.,:+.,.... ee. � i�.�..:... .,.,a �,,,.,.o �,��:„"� 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33� 2� e.,.,:.,,.... ce.,,e.. ei:,, r; 33 3l 50 Sanitary Sewer Service Connections and Service Line 33 �l �n �,.w.�.:.,,,.:,.., n:,. v„t.,o �.. e.,,,;+�,�� co�,.o,._��..�� �,�,,:.... 33 39 l0 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 ��A n:we..,.i.,�� �,r.,..a„�o� 33 �� en �v....4....m4e.. e,,,.e..., nw,,...t.e.. iuin�i 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3� "�0-0� e�,,..°a et,....,. r�..,,:,,� �� �� n� m..e..,.w n....:.... 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 — Transportation 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 34 71 13 Traffic Control 32 Appendiz 33 . 34 GC-4.02 Subsurface and Physical Conditions 35 r_n n nn T t.,ae..,...,.,,..a �.,,.;�:.:o� 36 6G-�1-9c u..,.,..a,...� �.,.,:_,......,,.....i �,...a:.:,... ,.. �:.e 37 . . 38 . 39 6G-���-.^vn ne.....:... .,..a i r«:t:«;e.. 40 6G-��4 �T,...a :......:...:....a,.., 41 GR-01 60 00 Product Requirements 42 43 END OF SECTION CITY OF FORT WORTH Bridgevietiv - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS l02357 Revised September l, 2015 ao�:.3lw�rca� O/S. dD VP0i0S�1 C�p 6 of 11 SECTION 00 42 43 DeveloperAwarded ProJects- PROPOSAL FORM UNIT PR10E BID an oF war woxn� ao �i �� Iwu[a� S7ANDA�DCONSTAV:lIONYfNKAT10NDOCUM[�75•OEVF101[RAWMOEDIROIER3 00�7U llE/mpop� DM.dfm farm V�Ncn AyrG 7, 7011 &M�e.'4'�' N�w 111019121 aoa u �S[rrcRl o�r-�ro eaovow oK� r or u SECTION 00 42 �3 Developar Awarded Projecta - PROPOSAI fORM UNIT PRICE BID ui r oi wRr wom� ma u p[w[a) S1NIDMD COMfllIVITOM Y[011CA7�CN DO�fMS - Ofll[IOPEII AWMOLD PIIORCIS 00 �] �3 &! �mpoal D40 dim �am Vaabn AyN 7.70U 6Wt�vYw►A+u 11101917� 001i11(fTORM) DA►•OIDYAO/OSAI rqiea��t secnoN oo a: aa Devebper Awardad Projeds - PROPOSAL FORM UNITPRICE BID uno� roar w0�n� �Il �11510PM� AIINDMDCOHSTWCnONS�ftlpUT10NDOCUMFIlfS-OEVEi01fRl1WA0.DtDYI1WECif 00�]N eidPwpoNI0M.t4m Pom Vrilan MI t, 70U Bridpvnv VA�w 1 �101917� 0011 U IIANNG) av - eio raorosu wp 9 0l 17 secr�oN oo as a� Developer Awarded ProJects - PROPOSAL FORM UNIT PRICE BID OTYOi 10�T WORTN rarm vm�an �n�� L tou DONMFNR � DMIOM� AWARD[D PitO1FR5 W �l C3 (PAVIXG) 00111) MCVropoW�Mxhm B�iGlevMW NUM I IIO19171 OOQ �7 �STREET NAME AGpS (7) CN • EIO MO�OSAI /�ief0ol12 UNIT PRICE BID ltem No. Deseription SECTION 00 42 43 Developer Awarded ProJeds - PROPOSAL FORM P�ojea Irom Infortnanon SpecifaGonSeNion Unitof Bid No. Meuwe Quantlry Biddei'a Proposal Unn Wice Aid Vdue OTYOi FdfT W00.TN 00 �1 U InREF7 NANF SIGNS I=I SUNOA�DCONST0.UCf10NSV[CIHGTIONOOCVM[�71 DfVHO�EPAWMDFD�NOIERS ODI711_llAPiopoHl OA>,�bm �o�m Vwfbn /�yA I.3071 BA1[�M+� M++� 1 �101917� ao a � Im�'[r ucNrsl o�r • e�o vewos�i r,nllw�: UNIT PRICE BID Bidl�st ttem No Deuription CrlvOi iaRT WO0.TH RANDNW CANSIR{KT4NSPLCINGT�ON DONM[MS � OEYFIOIEII AWAROED Mt01fRS Poim VerW n ApA 7. ]OU SECTION 00 42 43 Developer Awarded Projeds - PROPOSAL FORM Projecl Ilem intomuiion Specificatim Sectiao No. � Unit af Mcasurc Bidde�a PmFwkl Bid Quarrtiry Unit Price 8id Value 00�2 �] I�[R LGIRS) 00 al �3 BO V�opotq_MP.�4m MijrMr �lu�e 111019]!� mausw..,n ou -ew rRorosu Pq� 17 d l7 secr�oN oo az aa Developer Awarded Projeds - PROPOSAL FOI�A Bm SUMMARY Tatd CaodvNiae Bid S 3�2Ii.N�.94 T61s Bid b�ubmitted by We entity eamod bdow: BIDDSR: Go�ber Cbntt�tfoa 774 L.P. S3s7 Nkhita Sheet Fat WoN6.7X76119 Contnetor apw to coopleh WORK for IINAL ACC6P'fANCE witLm COWIRACI' eommeuw ro rm u p�ovWed lo t6e Ceceral Cenditlow. P.ND OF5gC170N mraroMwaan� f1MOMD COMTIIIIK710M VCONUR�OM UOO1M[WIS � DlVfl01[IIAWMIOED ►1101[Cf5 famVWenApl }.l01� ./j , / ' _1 '�1► i � I� � I � �NerWos dy�t aR�r tM daU aba� the ro�l�ISwnmaq oo.x qua vrovad o�oanm 0045 12 DAP PREQUALIFICATTON STATEMENT Page 1 of 1 SECTION 00 4512 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 Tvne" box provide the complete major work type and actual description as provided by the Water De�artment for water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Water Distribution System, New Conatser Construction TX, L.P. 10/31/2021 Development, All Sizes Sewer Collection System, Conatser Construction TX, L.P. 10/31/2021 Development, 12-inches and smaller Concrete Paving Construction Conatser Construction TX, L.P. ]/03/2021 Roadway and Pedestrian Lighting Conatser Construction TX, L.P. 1/07/2022 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita St. Fort Worth, TX 76119 BY: Brock Huggins � Signature) TITLE: President DATE: 9(L1' Z�Z � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 END OF SECTION Bridgeview — Phose 2 102357 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation inswance coverage for all of its employees employed on City 6 Project No.102357. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 10 CONTRACTOR: 11 �2 �ax►�z ��,��raU �L►P By: �� 13 Company (Please Print) 14 � 15 33� L�J�s,�i� S�r� ,_ Signature: 16 Address 17 � 18 � �x.�N. '7� �L/Ig Title: ►eEs���'T -------- 19 City/State/Zip (Please Print) 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 ��-:i��1�Tc I��i7�11�:��� COUNTY OF TARRANT § 39 40 § BE ME, the u dersigned authority, on this day personally appeazed known to me to be the person whose name is subscribed to the forego' ins ent, d acknowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN ER MY HAND AND SEAL OF OFFICE this I�� day of �MiOe� 20� ,"� � �,,, l,�lM/ � `���Favn�a,� KAMRA HOERIG :°'' �:Notary Public, State of Texas I=N-� :�•`Q; Comm Expires 08-15-2023 Notary Public in and r tate of Texas �� 9�. .. .. •E+� :'�%,� �Notary ID 13213162-8 END OF SECTION CITY OF FOR7' WOR7'H Bndgevicw - Phase 2 STANDARD CONSTRUCTION SPECIFICA770N DOCUMENTS 102357 Revised Apri12, 2014 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 � SECTION 00 52 43 AGREEMENT 3 4 THIS AGREEMENT, authorized on 9 21 Z�Z.o is made by and between the Developer, 5 Forestar (USA) Real Estate Group INC., authorized to do business in Texas ("Developer"), and 6 Conatser Construction TX, L.P., authorized to do business in Texas, acting by and through its 7 duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 12 13 14 15 16 17 18 19 20 21 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: The Vann Tract (Brid e�view) Phase 2 Citv Project No. 102357 Article 3. CONTRACT TIME 3. l Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 270 calendar 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 33 Liquidated damages 27 28 29 30 31 32 33 34 35 36 37 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article ] 0 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer ONE THOUSAND DOLLARS ($1000) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Brrdgevretiv - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102357 Revised June 16, 2016 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 Three Million Two Hundred and Sixteen Thousand 41 Four Hundred and Fortv-Three Dollars and Ninetv-Four Cents ($3,216,443.94). 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 l. This Agreement. 47 48 49 50 51 52 53 54 SS 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Preyualification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the ProjecYs Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Bridgevieiv - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102357 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own ezpense, 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 o�cers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification arovision is sqecificallv intended to ouerate and be effective even if it is alleged or aroven that all or some of the damaees being sought were caused. in whole or in part. bv anv act, omission or negliEence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, ezpenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own egpense, 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 saecificallv intended to onerate and be effective even if it is alleeed or proven that all or some of the dama¢es being sought were caused. in whole or in aart. bv anv act. omission or negli¢ence of the citv. Article 7. MISCELLANEOUS 98 7.1 Terrr►s. 99 Terms used in this Agreement are defined in Article l of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. ]O1 7.2 AssignmentofContract. 102 This Ageement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 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 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 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 FORT WORTH Bridgerretiv - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 102357 Revised June 16, 2016 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. 119 120 121 122 123 124 125 126 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 Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: Conatser Construction TX, L.P. Forestar (IISA) Real Estate Group Inc. By: . B: B���� (�gna�i� (Signature) Dan Bartok (Printed Name) Title: �f�AE�T Company Name: Conatser Construction Address: 5327 Wichita Street (Printed Name) Title: Chief Executive Officer Company Name: Forestar (USA) Real Estate Group Inc. Address: 222i E. LAMAR $t,�D. S�►E. �go City/State/Zip: Fort Worth, TX 76119 City/State/Zip: PrR��NG�N, �R ��oo� 127 . �{L�J Z�2o Date Date �112�� toto CITY OP FORT WORTH Bridgevie�v - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS /02357 Revised June 16,2016 Bond No. 0232099 006213-1 PERFORMANCE BOND Page 1 of 2 1 2 3 4 S 6 7 8 9 10 11 12 13 14 l5 16 17 SECTION 00 6213 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Conatser Construction TX. L.P.. known as"Principal" herein and Berklev Insurance Comvany , 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), aze held and firmly bound unto the Developer, Forestar (USA) Real Estate Group Inc., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, THREE NIILLION TWO HUNDRED AND SIXTEEN THOUSAND FOUR HUNDRED AND FORTY-THREE DOLLARS AND rTINETY-FOUR CENTS ($3,216,443.94), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and tnily 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. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 communiry facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number CFA20-0033; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the �� day of S�Pr�'�86rt , 20 �, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as The Yann Tract (Bridgeview) Phase 2. 2G NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifcations, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Bridgerinr — Ptiase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO]ECTS l02357 Revised )anuary 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant Counry, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compiiance 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 � sr day of 9 Sr�r�r,a:R .2ot° . l0 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 ATTEST: . (Principal) Secreta . � �� �� �� —� � - ,: � , � � G✓��,�,�_. V�i itness as Surety PRINCIPAL: Conatser Construction TX. L.P. BY: ���l�•�r� Signature Brock Hu�gins, President Name and Title Address: 5327 Wichita Street Fort Worth, TX 76119 SURETY: Berkley Insurance Company BY:�,a9�� %'i't hF-cu.C�n/ Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: [f 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 mai(ing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CI'tY OF PORT WORTH Bridgerinr -- Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO]ECTS 1I12357 Revised January 31, 2012 Bond No. 0232099 oo62ia-i PAYMENTBOND Page I of 2 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: � 8 That we, Conatser Construction TX, L.P., known as "Principal" herein, and 9 Berkley Insurance Company , a corporate surety ( or 10 sureties if more than one), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 12 (USA) Real Estate Group Inc., authorized to do business in Texas "(Developer"), and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of THREE MILLION 14 TWO_HUNDRED AND SIXTEEN THOUSAND FOUR HUNDRED AND FORTY-THREE 15 DOLLARS AND NINETY-FOUR CENTS ($3,216,443.94), lawful money of the United States, 16 to be paid in Fort Worth, Tazrant County, Texas, for the payment of which sum well and truly be 17 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 18 executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number CFA20-0033; and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the Z� sr day of S��Q:►� , 20 �, which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as The Vann Tract (Bridgeview) Phase 2. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond benefciary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CI'I'Y OF FORi WOR7H Br�dgerin+ - Phase 2 S'fANDARD CITY CONDITIONS - DEVELOPER AWARDED PROIECTS 101.i57 Revised lanuary 31, 2012 006214-2 PAYMENTBOND Page 2 of 2 2 3 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. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 21 s� day of 6 7 s B�'i�i+��2 , 20 ZA PRINCIPAL: Conatser Construction TX, L.P. ATTEST: . (Principal) Secret � 9== — �a-�-� ATTEST: — ��.�n•�� �%'���_�..� (Surety) Secretary - -- G�✓ �- Witness as t Surety 8 9 10 11 12 13 14 BY: Signature Brock Huggins, President Name and Title Address: 5327 Wichita Street Fort Worth, TX 76119 SURETY: Berkley Insurance Company BY: �e���� 7v1 d-�e.�,� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 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 sho�ving that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. T'he date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Br•idgerietiv - Phase 2 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJEC'1'S 102357 Revised January 31, 2012 Bond No. 0232099 00 62 19 - I MA(NTENANCE BOND Page 1 of 3 1 2 3 4 5 G 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 19 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we Conatser Construction TX. L.P., known as "Principal" herein and 9 Berkley Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and frmly bound unto the Developer, Forestar (USA) Real Estate Group Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the sum THREE MILLION TWO HUNDRED AND SIXTEEN 14 THOUSAND FOUR HUNDRED AND FORTY-THREE DOLLARS AND NINETY-FOUR 15 CENTS ($3,216,443.94), lawful money of the United States, to be paid in Fort Worth, Tarrant 16 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 17 the City as dual obligees and their successors, �ve bind owselves, our heirs, executors, 18 administrators, successors and assigns, jointly and severally, firmly by these presents. l9 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA20-0033; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 2i� day of 56�� 20 �, which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as The Yann Tract (Bridgeview) 29 Phase 2; and 30 31 WHEREAS, Principal binds itselfto use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Bridgerieiv - Phase 2 STANDARD CITY CONDITIONS — DF.VF.LOPF.R AWARDF.D PROIF.CTS 1112357 Revised January 31, 2012 006219-2 MAINTEIVANCE BOND Page 2 of 3 1 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving notice from the Developer and/or City of the need thereof at any time within the 4 Maintenance Period. Fi 6 NOW THEREFORE, the condition of this obligation is such that if Principal shall 7 cemedy any defective Work, for which timely notice was provided by Developer or City, to a 8 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 9 remain in full force and ef%ct. 10 11 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the Developer or City may cause any and all such 13 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 14 by the Principal and the Surety under this Maintenance Bond; and 15 16 PROVIDED FiJRTHER, that if any legal action be filed on this Bond, venue shall lie in 17 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort i8 Worth Division; and 19 20 PROVIDED FURTHER, that this obligation shall be continuous in nature and 21 successive recoveries may be had hereon for successive breaches. ��� 23 24 C1TY OF FORT WORTH eridgerie►v - Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 102357 Revised lanuary 31, 2012 006219-3 MAINTENANCE ROND 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 Z� � day of 3 58��+6:� , 20 ?P 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: , (Principal) Secretary r/�—�� � •�,�:�� :. . � ATTEST: �ia.�.����_ (Surety) Secretary ��[� %a� �a-►(� Witness as Surety PRINCIPAL: Conatser Construction TX. L.P. � BY: Signature Brock Hu�ns, President Name and Title Address: 5327 Wichita Street Fort Worth, TX 76119 SURETY: Berkley Insurance Company BY: �s-G,G.� ��26-�i� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 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. C1TY OF FORT WORTH Bridge�•rew - Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO]ECTS 102357 Revised ]anuary 31, 2012 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE No. Bi-7280j NOTICE: The waming found elsewhere in this Power of Attorney af%cts the validity thereof. Please review carefully. b c � a� .a � � � � �a� a� � �� � � �. � � �, -n � � � � � � � ^ c a� a � b � o ai > � •= o �� a� � E ° o � ., � � � w. ° o � 7.. y 3 ' o ° ¢, o � � _ �e H � . �L a > ��' c t � o � a.� .N E � � 3 � � C U 4i c�. -o � �, . _ �� C 4-. � 0 0 c on O Y ^ U C� N � a-+ N � � � F" 0 c 'n o � U O a � b � o �, a� �, . _ 'D o 'N O L � � � a � � `� � � ¢ `� c i o v U Z � a � U 3" � KNOW ALL MEN BY THESE PRESENTS, that BERKi,EY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Rtcardo J. Rey�ra; Don E. Cornell; Sopliinie Huirter; Robbi Morales; Xelly A. Westbrook; Tlno McEwan; Joslrua A. Saunders; or Tonle Petranek of Ao�� RJsk Services Soutliwest, hrc. of Dal/as, TX its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute� seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fitty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and aclrnowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be cons�ued and enforced 'm accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of At�omey is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with tt►e Secretazy or any Assistant Secretary are hereby authorized to execute powers of attomey suthorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligarions on behalf of the Company, and to affix the corporate seal of fhe Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and fi�rther RESOLVED, that such power of attorney revokes ail previous powers issued on behalf of the attorney-in-fact named; and fiut6er RESOLVED, that the signature of any authorized ofiicer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and snch signature and seal when so used shall have the same force and effect as thongh manually affixed. The Company may continue to use for the purposes herein stated the facsimile signah�e of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such inshvments shaU be issued. IN WITNESS WHEREOF, lhe Co�y Itas caused these prescnls to bc signcd and attcstcd by its appropriate officcrs and its corpor�lc soal hcreuntn afPnced this day of , o � Q . Attest: / Berkle Cnsurnnce Compan (Seal) 13y By _ Tra . de an J Rer Executive Vice President & Secretary e o i ident WARNING: THIS POWER INVALID 1F NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPFR. STATE OF CONNECTICUT ) ) ss: COUNTY OF FAIRFYELD ) Y� Sworn to befnre me, a Notury Public in the Slate of Connecticut, this,� day of l Q by Ira S. [.ed�mun flnd Jcffn:y M. Itafter who ai�e s�vorn to me to be lho Executive Vicc Pre 'de and Sccretary, thc Senior Vice Prexidcnt, respectively, of Berkley Insurance Compart�lARIAC. RUNDBAKEN � /� /� NOTARY PUBUC �C � C � ��'/� MY C�MM(SSION EXPIRE3 otary Public, State of Gonnecticut APRIL 30, 201g CERTIIi1CA'1'L+ I, the undersigned, Assistant Secretary of BEItKLEY MSURANCE COIVIPANY, DO HEREBY CERT7FY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that seid Power of Attomey has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth thereiq who exccuted the bond or undertaking to which this Power of Attorney is atta�hed, is in full force and effect as of this date. Given under my hand and seal of the Compeny, this Z�� day of Ss IZ oZo. (Seal) in � nt . Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 4't2 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or compfaints at: 1-800-252-3439 You may write the Texas Department of insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http•//www.tdi.state.tx.us E-mail: ConsumerProtection(c�fdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. lf the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOT{CE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. � CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 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  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 instrument 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 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. 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 firm 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 Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, 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. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any 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 including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through 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. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a 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 Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and 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, Payment, 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 of Insurance Contractor 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 Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 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 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other 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 construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the 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. 1. 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. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter 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- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the 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 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Schedule 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 Contract 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 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 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 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: 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 Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 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.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. 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: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 furnishing 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 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from 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 know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all 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 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 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 indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. 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 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 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. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 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 from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 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. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 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 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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.B. 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. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 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 Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 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. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 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. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 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 Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City 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. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price 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. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations 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 Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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/Contractor. 4. If Contractor 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 Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any 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, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor 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 required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 corrected 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 Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor 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 Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 12.01 Contractor’s Warranty 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 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract 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 Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will 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 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 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 construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Bridgeview - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects 102357 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Bridgeview - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects 102357 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Bridgeview - Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects 102357 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. No construction schedule required unless requested by the City. 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. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the delivery of the 27 distribution package to the City. 28 a. The meeting will be scheduled and administered by the City. 29 2. The Project Representative will preside at the meeting, prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 3. Attendance shall include: 33 a. Developer and Consultant 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 e. Other City representatives 1 f. Others as appropriate 2 4. Preliminary Agenda may include: 3 a. Introduction of Project Personnel 4 b. General Description of Project 5 c. Status of right-of-way, utility clearances, easements or other pertinent permits 6 d. Contractor’s work plan and schedule 7 e. Contract Time 8 f. Notice to Proceed 9 g. Construction Staking 10 h. Progress Payments 11 i. Extra Work and Change Order Procedures 12 j. Field Orders 13 k. Disposal Site Letter for Waste Material 14 l. Insurance Renewals 15 m. Payroll Certification 16 n. Material Certifications and Quality Control Testing 17 o. Public Safety and Convenience 18 p. Documentation of Pre-Construction Conditions 19 q. Weekend Work Notification 20 r. Legal Holidays 21 s. Trench Safety Plans 22 t. Confined Space Entry Standards 23 u. Coordination with the City’s representative for operations of existing water 24 systems 25 v. Storm Water Pollution Prevention Plan 26 w. Coordination with other Contractors 27 x. Early Warning System 28 y. Contractor Evaluation 29 z. Special Conditions applicable to the project 30 aa. Damages Claims 31 bb. Submittal Procedures 32 cc. Substitution Procedures 33 dd. Correspondence Routing 34 ee. Record Drawings 35 ff. Temporary construction facilities 36 gg. MBE/SBE procedures 37 hh. Final Acceptance 38 ii. Final Payment 39 jj. Questions or Comments 40 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 SECTION 01 32 33 1 PRECONSTRUCTION VIDEO 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative and procedural requirements for: 6 a. Preconstruction Videos 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Though not mandatory, it is highly recommended on infill developer projects. 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. Preconstruction Video 19 1. Produce a preconstruction video of the site/alignment, including all areas in the 20 vicinity of and to be affected by construction. 21 a. Provide digital copy of video upon request by the City. 22 2. Retain a copy of the preconstruction video until the end of the maintenance surety 23 period. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 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 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 g) Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B. Submittal Numbering 4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner: 6 a. Use the first 6 digits of the applicable Specification Section Number. 7 b. For the next 2 digits number use numbers 01-99 to sequentially number each 8 initial separate item or drawing submitted under each specific Section number. 9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 C. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 D. Submittal Format 36 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37 2. Bind shop drawings and product data sheets together. 38 3. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 E. Submittal Content 45 1. The date of submission and the dates of any previous submissions 46 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 2. The Project title and number 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City’s Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City’s Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 7) Standard wiring diagrams 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in individual Sections, include, but are not necessarily limited to: 9 a. Physical examples of the Work such as: 10 1) Sections of manufactured or fabricated Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattern swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed, materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 a. Shop Drawings 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 c) If Contractor requires more than 3 copies of Shop Drawings returned, 6 Contractor shall submit more than the number of copies listed above. 7 b. Product Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details furnished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 Work with all other associated work and trades, for selecting fabrication processes, 35 for techniques of assembly and for performing Work in a safe manner. 36 4. If the shop drawings, data or samples as submitted describe variations and show a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance, the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 48 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a) The Contractor may release the equipment or material for manufacture; 3 however, all notations and comments must be incorporated into the 4 final product. 5 c. Code 3 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7 assigned when notations and comments are extensive enough to require a 8 resubmittal of the package. 9 a) The Contractor may release the equipment or material for manufacture; 10 however, all notations and comments must be incorporated into the 11 final product. 12 b) This resubmittal is to address all comments, omissions and 13 non-conforming items that were noted. 14 c) Resubmittal is to be received by the City within 15 Calendar Days of 15 the date of the City's transmittal requiring the resubmittal. 16 d. Code 4 17 1) "NOT APPROVED" is assigned when the submittal does not meet the 18 intent of the Contract Documents. 19 a) The Contractor must resubmit the entire package revised to bring the 20 submittal into conformance. 21 b) It may be necessary to resubmit using a different manufacturer/vendor 22 to meet the Contract Documents. 23 6. Resubmittals 24 a. Handled in the same manner as first submittals 25 1) Corrections other than requested by the City 26 2) Marked with revision triangle or other similar method 27 a) At Contractor’s risk if not marked 28 b. Submittals for each item will be reviewed no more than twice at the City’s 29 expense. 30 1) All subsequent reviews will be performed at times convenient to the City 31 and at the Contractor's expense, based on the City's or City 32 Representative’s then prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34 all such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City’s 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 Contractor, and will be considered "Not Approved" until resubmitted. 43 c. The City may at its option provide a list or mark the submittal directing the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to 46 constitute a change to the Contract Documents, then written notice must be 47 provided thereof to the Developer at least 7 Calendar Days prior to release for 48 manufacture. 49 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4 following receipt of submittal by the City. 5 L. Mock ups 6 1. Mock Up units as specified in individual Sections, include, but are not necessarily 7 limited to, complete units of the standard of acceptance for that type of Work to be 8 used on the Project. Remove at the completion of the Work or when directed. 9 M. Qualifications 10 1. If specifically required in other Sections of these Specifications, submit a P.E. 11 Certification for each item required. 12 N. Request for Information (RFI) 13 1. Contractor Request for additional information 14 a. Clarification or interpretation of the contract documents 15 b. When the Contractor believes there is a conflict between Contract Documents 16 c. When the Contractor believes there is a conflict between the Drawings and 17 Specifications 18 1) Identify the conflict and request clarification 19 2. Sufficient information shall be attached to permit a written response without further 20 information. 21 22 23 24 25 1.5 SUBMITTALS [NOT USED] 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 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 l. {Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]} 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 – General Requirements 25 3. Section 33 12 25 – Connection to Existing Water Mains 26 27 1.2 REFERENCES 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): 40 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 a. Notify the Texas Department of Transportation prior to commencing any work 1 therein in accordance with the provisions of the permit 2 b. All work performed in the TxDOT right-of-way shall be performed in 3 compliance with and subject to approval from the Texas Department of 4 Transportation 5 B. Work near High Voltage Lines 6 1. Regulatory Requirements 7 a. All Work near High Voltage Lines (more than 600 volts measured between 8 conductors or between a conductor and the ground) shall be in accordance with 9 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 10 2. Warning sign 11 a. Provide sign of sufficient size meeting all OSHA requirements. 12 3. Equipment operating within 10 feet of high voltage lines will require the following 13 safety features 14 a. Insulating cage-type of guard about the boom or arm 15 b. Insulator links on the lift hook connections for back hoes or dippers 16 c. Equipment must meet the safety requirements as set forth by OSHA and the 17 safety requirements of the owner of the high voltage lines 18 4. Work within 6 feet of high voltage electric lines 19 a. Notification shall be given to: 20 1) The power company (example: ONCOR) 21 a) Maintain an accurate log of all such calls to power company and record 22 action taken in each case. 23 b. Coordination with power company 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 26 lower the lines 27 c. No personnel may work within 6 feet of a high voltage line before the above 28 requirements have been met. 29 C. Confined Space Entry Program 30 1. Provide and follow approved Confined Space Entry Program in accordance with 31 OSHA requirements. 32 2. Confined Spaces include: 33 a. Manholes 34 b. All other confined spaces in accordance with OSHA’s Permit Required for 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following will apply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 40 prior to commencing. 41 2) Minimum 24 hour public notification in accordance with Section 01 31 13 42 E. Water Department Coordination 43 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 1. During the construction of this project, it will be necessary to deactivate, for a 1 period of time, existing lines. The Contractor shall be required to coordinate with 2 the Water Department to determine the best times for deactivating and activating 3 those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing 5 City water line system with the City’s representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use 8 during the life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on 10 to accommodate the construction of the project is required, coordinate this 11 activity through the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal 14 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15 will be prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and 17 responsibilities as a result of these actions. 18 F. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block 20 basis, prepare and deliver a notice or flyer of the pending construction to the front 21 door of each residence or business that will be impacted by construction. The notice 22 shall be prepared as follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each 24 block in the project area. 25 1) Prepare flyer on the Contractor’s letterhead and include the following 26 information: 27 a) Name of Project 28 b) City Project No (CPN) 29 c) Scope of Project (i.e. type of construction activity) 30 d) Actual construction duration within the block 31 e) Name of the contractor’s foreman and phone number 32 f) Name of the City’s inspector and phone number 33 g) City’s after-hours phone number 34 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35 A. 36 3) Submit schedule showing the construction start and finish time for each 37 block of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is 40 delivered to all residents of the block. 41 G. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 b. Prepare flyer on the contractor’s letterhead and include the following 1 information: 2 1) Name of the project 3 2) City Project Number 4 3) Date of the interruption of service 5 4) Period the interruption will take place 6 5) Name of the contractor’s foreman and phone number 7 6) Name of the City’s inspector and phone number 8 c. A sample of the temporary water service interruption notification is attached as 9 Exhibit B. 10 d. Deliver a copy of the temporary interruption notification to the City inspector 11 for review prior to being distributed. 12 e. No interruption of water service can occur until the flyer has been delivered to 13 all affected residents and businesses. 14 f. Electronic versions of the sample flyers can be obtained from the Project 15 Construction Inspector. 16 H. Coordination with United States Army Corps of Engineers (USACE) 17 1. At locations in the Project where construction activities occur in areas where 18 USACE permits are required, meet all requirements set forth in each designated 19 permit. 20 I. Coordination within Railroad Permit Areas 21 1. At locations in the project where construction activities occur in areas where 22 railroad permits are required, meet all requirements set forth in each designated 23 railroad permit. This includes, but is not limited to, provisions for: 24 a. Flagmen 25 b. Inspectors 26 c. Safety training 27 d. Additional insurance 28 e. Insurance certificates 29 f. Other employees required to protect the right-of-way and property of the 30 Railroad Company from damage arising out of and/or from the construction of 31 the project. Proper utility clearance procedures shall be used in accordance 32 with the permit guidelines. 33 2. Obtain any supplemental information needed to comply with the railroad’s 34 requirements. 35 J. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust, capture and properly dispose of waste water. 38 b. If wet saw cutting is performed, capture and properly dispose of slurry. 39 K. Employee Parking 40 1. Provide parking for employees at locations approved by the City. 41 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 42 Construction Specification [if required for the project] 43 1. Comply with equipment, operational, reporting and enforcement requirements set 44 forth in NCTCOG’s Clean Construction Specification.} 45 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. Contractor is responsible for performing, coordinating, and payment of all 16 Quality Control testing. 17 b. City is responsible for performing and payment for first set of Quality 18 Assurance testing. 19 1) If the first Quality Assurance test performed by the City fails, the 20 Contractor is responsible for payment of subsequent Quality Assurance 21 testing until a passing test occurs. 22 a) Final acceptance will not be issued by City until all required payments 23 for testing by Contractor have been paid in full. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to City’s Buzzsaw site, or another form of distribution approved 37 by the City. 38 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised August 30, 2013 2) Upload test reports to designated project directory and notify appropriate 1 City representatives via email of submittal posting. 2 3) Hard Copies 3 a) 1 copy for all submittals submitted to the Project Representative 4 b. Hard Copy Distribution (if required in lieu of electronic distribution) 5 1) Tests performed by City 6 a) Distribute 1 hard copy to the Contractor 7 2) Tests performed by the Contractor 8 a) Distribute 3 hard copies to City’s Project Representative 9 4. Provide City’s Project Representative with trip tickets for each delivered load of 10 Concrete or Lime material including the following information: 11 a. Name of pit 12 b. Date of delivery 13 c. Material delivered 14 B. Inspection 15 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 16 perform work in accordance with the Contract Documents. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised JULY 1, 2011 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 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 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 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 40 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1 1) Obtain construction water meter from City for payment as billed by City’s 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 1) Provide power for lighting, operation of equipment, or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents 44 E. Dust Control 45 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the 1 project. 2 a. Contractor remains on-call at all times 3 b. Must respond in a timely manner 4 F. Temporary Protection of Construction 5 1. Contractor or subcontractors are responsible for protecting Work from damage due 6 to weather. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Temporary Facilities 22 1. Maintain all temporary facilities for duration of construction activities as needed. 23 3.5 [REPAIR] / [RESTORATION] 24 3.6 RE-INSTALLATION 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES 30 A. Temporary Facilities 31 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a 1 condition equal to or better than prior to start of Work. 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Traffic Control 27 1. General 28 a. When traffic control plans are included in the Drawings, provide Traffic 29 Control in accordance with Drawings and Section 34 71 13. 30 b. When traffic control plans are not included in the Drawings, prepare traffic 31 control plans in accordance with Section 34 71 13 and submit to City for 32 review. 33 1) Allow minimum 10 working days for review of proposed Traffic Control. 34 B. Street Use Permit 35 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 36 a. To obtain Street Use Permit, submit Traffic Control Plans to City 37 Transportation and Public Works Department. 38 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 1 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction, then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices (MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete, to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division, to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 25 1.5 SUBMITTALS [NOT USED] 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 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised July 1, 2011 B. Modified SWPPP 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 60 00 1 PRODUCT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. References for Product Requirements and City Standard Products List 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. A list of City approved products for use is located on Buzzsaw as follows: 15 1. Resources\02 - Construction Documents\Standard Products List 16 B. Only products specifically included on City’s Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City’s Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City’s Standard Product List. 24 D. Although a specific product is included on City’s Standard Product List, not all 25 products from that manufacturer are approved for use, including but not limited to, that 26 manufacturer’s standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 01 60 00 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 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 8 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 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 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5. Clearly and fully mark and identify as to manufacturer, item and installation 4 location. 5 6. Provide manufacturer's instructions for storage and handling. 6 B. Handling Requirements 7 1. Handle products or equipment in accordance with these Contract Documents and 8 manufacturer’s recommendations and instructions. 9 C. Storage Requirements 10 1. Store materials in accordance with manufacturer’s recommendations and 11 requirements of these Specifications. 12 2. Make necessary provisions for safe storage of materials and equipment. 13 a. Place loose soil materials and materials to be incorporated into Work to prevent 14 damage to any part of Work or existing facilities and to maintain free access at 15 all times to all parts of Work and to utility service company installations in 16 vicinity of Work. 17 3. Keep materials and equipment neatly and compactly stored in locations that will 18 cause minimum inconvenience to other contractors, public travel, adjoining owners, 19 tenants and occupants. 20 a. Arrange storage to provide easy access for inspection. 21 4. Restrict storage to areas available on construction site for storage of material and 22 equipment as shown on Drawings, or approved by City’s Project Representative. 23 5. Provide off-site storage and protection when on-site storage is not adequate. 24 a. Provide addresses of and access to off-site storage locations for inspection by 25 City’s Project Representative. 26 6. Do not use lawns, grass plots or other private property for storage purposes without 27 written permission of owner or other person in possession or control of premises. 28 7. Store in manufacturers’ unopened containers. 29 8. Neatly, safely and compactly stack materials delivered and stored along line of 30 Work to avoid inconvenience and damage to property owners and general public 31 and maintain at least 3 feet from fire hydrant. 32 9. Keep public and private driveways and street crossings open. 33 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34 satisfaction of City’s Project Representative. 35 a. Total length which materials may be distributed along route of construction at 36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37 Project Representative. 38 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 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 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 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. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. 33 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 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 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25 that may hinder or disrupt the flow of traffic along the roadway. 26 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27 junction boxes and inlets. 28 4. If no longer required for maintenance of erosion facilities, and upon approval by 29 City, remove erosion control from site. 30 5. Clean signs, lights, signals, etc. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City, that the required Work has been completed. Upon receipt 25 of this notice, the City, in the presence of the Contractor, will make a subsequent 26 Final Inspection of the project. 27 4. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection 1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2 E. Supporting Documentation 3 1. Coordinate with the City Project Representative to complete the following 4 additional forms: 5 a. Final Payment Request 6 b. Statement of Contract Time 7 c. Affidavit of Payment and Release of Liens 8 d. Consent of Surety to Final Payment 9 e. Pipe Report (if required) 10 f. Contractor’s Evaluation of City 11 g. Performance Evaluation of Contractor 12 F. Letter of Final Acceptance 13 1. Upon review and acceptance of Notice of Project Completion and Supporting 14 Documentation, in accordance with General Conditions, City will issue Letter of 15 Final Acceptance and release the Final Payment Request for payment. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 Br CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 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 22 A. Schedule 23 1. Submit manuals in final form to the City within 30 calendar days of product 24 shipment to the project site. 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27 approved by the City prior to delivery. 28 1.6 INFORMATIONAL SUBMITTALS 29 A. Submittal Form 30 1. Prepare data in form of an instructional manual for use by City personnel. 31 2. Format 32 a. Size: 8 ½ inches x 11 inches 33 b. Paper 34 1) 40 pound minimum, white, for typed pages 35 2) Holes reinforced with plastic, cloth or metal 36 c. Text: Manufacturer’s printed data, or neatly typewritten 37 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 Br CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 d. Drawings 1 1) Provide reinforced punched binder tab, bind in with text 2 2) Reduce larger drawings and fold to size of text pages. 3 e. Provide fly-leaf for each separate product, or each piece of operating 4 equipment. 5 1) Provide typed description of product, and major component parts of 6 equipment. 7 2) Provide indexed tabs. 8 f. Cover 9 1) Identify each volume with typed or printed title "OPERATING AND 10 MAINTENANCE INSTRUCTIONS". 11 2) List: 12 a) Title of Project 13 b) Identity of separate structure as applicable 14 c) Identity of general subject matter covered in the manual 15 3. Binders 16 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17 b. When multiple binders are used, correlate the data into related consistent 18 groupings. 19 4. If available, provide an electronic form of the O&M Manual. 20 B. Manual Content 21 1. Neatly typewritten table of contents for each volume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone number 23 b. A list of each product required to be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor or installer 26 2) A list of each product required to be included, indexed to content of the 27 volume 28 3) Identify area of responsibility of each 29 4) Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Include only those sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 1) Clearly identify specific product or part installed 36 2) Clearly identify data applicable to installation 37 3) Delete references to inapplicable information 38 3. Drawings 39 a. Supplement product data with drawings as necessary to clearly illustrate: 40 1) Relations of component parts of equipment and systems 41 2) Control and flow diagrams 42 b. Coordinate drawings with information in Project Record Documents to assure 43 correct illustration of completed installation. 44 c. Do not use Project Record Drawings as maintenance drawings. 45 4. Written text, as required to supplement product data for the particular installation: 46 a. Organize in consistent format under separate headings for different procedures. 47 b. Provide logical sequence of instructions of each procedure. 48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 Br CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued 1 a. Provide information sheet for City personnel giving: 2 1) Proper procedures in event of failure 3 2) Instances which might affect validity of warranties or bonds 4 C. Manual for Materials and Finishes 5 1. Submit 5 copies of complete manual in final form. 6 2. Content, for architectural products, applied materials and finishes: 7 a. Manufacturer's data, giving full information on products 8 1) Catalog number, size, composition 9 2) Color and texture designations 10 3) Information required for reordering special manufactured products 11 b. Instructions for care and maintenance 12 1) Manufacturer's recommendation for types of cleaning agents and methods 13 2) Cautions against cleaning agents and methods which are detrimental to 14 product 15 3) Recommended schedule for cleaning and maintenance 16 3. Content, for moisture protection and weather exposure products: 17 a. Manufacturer's data, giving full information on products 18 1) Applicable standards 19 2) Chemical composition 20 3) Details of installation 21 b. Instructions for inspection, maintenance and repair 22 D. Manual for Equipment and Systems 23 1. Submit 5 copies of complete manual in final form. 24 2. Content, for each unit of equipment and system, as appropriate: 25 a. Description of unit and component parts 26 1) Function, normal operating characteristics and limiting conditions 27 2) Performance curves, engineering data and tests 28 3) Complete nomenclature and commercial number of replaceable parts 29 b. Operating procedures 30 1) Start-up, break-in, routine and normal operating instructions 31 2) Regulation, control, stopping, shut-down and emergency instructions 32 3) Summer and winter operating instructions 33 4) Special operating instructions 34 c. Maintenance procedures 35 1) Routine operations 36 2) Guide to "trouble shooting" 37 3) Disassembly, repair and reassembly 38 4) Alignment, adjusting and checking 39 d. Servicing and lubrication schedule 40 1) List of lubricants required 41 e. Manufacturer's printed operating and maintenance instructions 42 f. Description of sequence of operation by control manufacturer 43 1) Predicted life of parts subject to wear 44 2) Items recommended to be stocked as spare parts 45 g. As installed control diagrams by controls manufacturer 46 h. Each contractor's coordination drawings 47 1) As installed color coded piping diagrams 48 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 Br CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve 1 j. List of original manufacturer's spare parts, manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections of Specifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves, engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories of panelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly, repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts, manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Provide operation and maintenance data by personnel with the following criteria: 33 1. Trained and experienced in maintenance and operation of described products 34 2. Skilled as technical writer to the extent required to communicate essential data 35 3. Skilled as draftsman competent to prepare required drawings 36 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 Br CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 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 23 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24 City’s Project Representative. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Accuracy of Records 30 1. Thoroughly coordinate changes within the Record Documents, making adequate 31 and proper entries on each page of Specifications and each sheet of Drawings and 32 other Documents where such entry is required to show the change properly. 33 2. Accuracy of records shall be such that future search for items shown in the Contract 34 Documents may rely reasonably on information obtained from the approved Project 35 Record Documents. 36 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred. 2 4. Provide factual information regarding all aspects of the Work, both concealed and 3 visible, to enable future modification of the Work to proceed without lengthy and 4 expensive site measurement, investigation and examination. 5 1.10 STORAGE AND HANDLING 6 A. Storage and Handling Requirements 7 1. Maintain the job set of Record Documents completely protected from deterioration 8 and from loss and damage until completion of the Work and transfer of all recorded 9 data to the final Project Record Documents. 10 2. In the event of loss of recorded data, use means necessary to again secure the data 11 to the City's approval. 12 a. In such case, provide replacements to the standards originally required by the 13 Contract Documents. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A. Job set 20 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22 B. Final Record Documents 23 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24 the City 1 complete set of all Final Record Drawings in the Contract. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A. Maintenance of Job Set 33 1. Immediately upon receipt of the job set, identify each of the Documents with the 34 title, "RECORD DOCUMENTS - JOB SET". 35 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 2. Preservation 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum clearly mark any deviations from Contract Documents 10 associated with installation of the infrastructure. 11 4. Making entries on Drawings 12 a. Record any deviations from Contract Documents. 13 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 14 change by graphic line and note as required. 15 c. Date all entries. 16 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 17 e. In the event of overlapping changes, use different colors for the overlapping 18 changes. 19 5. Conversion of schematic layouts 20 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 21 ducts, and similar items, are shown schematically and are not intended to 22 portray precise physical layout. 23 1) Final physical arrangement is determined by the Contractor, subject to the 24 City's approval. 25 2) However, design of future modifications of the facility may require 26 accurate information as to the final physical layout of items which are 27 shown only schematically on the Drawings. 28 b. Show on the job set of Record Drawings, by dimension accurate to within 1 29 inch, the centerline of each run of items. 30 1) Final physical arrangement is determined by the Contractor, subject to the 31 City's approval. 32 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 33 ceiling plenum", "exposed", and the like). 34 3) Make all identification sufficiently descriptive that it may be related 35 reliably to the Specifications. 36 c. The City may waive the requirements for conversion of schematic layouts 37 where, in the City's judgment, conversion serves no useful purpose. However, 38 do not rely upon waivers being issued except as specifically issued in writing 39 by the City. 40 B. Final Project Record Documents 41 1. Transfer of data to Drawings 42 a. Carefully transfer change data shown on the job set of Record Drawings to the 43 corresponding final documents, coordinating the changes as required. 44 b. Clearly indicate at each affected detail and other Drawing a full description of 45 changes made during construction, and the actual location of items. 46 c. Call attention to each entry by drawing a "cloud" around the area or areas 47 affected. 48 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102357 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction. 2 2. Transfer of data to other Documents 3 a. If the Documents, other than Drawings, have been kept clean during progress of 4 the Work, and if entries thereon have been orderly to the approval of the City, 5 the job set of those Documents, other than Drawings, will be accepted as final 6 Record Documents. 7 b. If any such Document is not so approved by the City, secure a new copy of that 8 Document from the City at the City's usual charge for reproduction and 9 handling, and carefully transfer the change data to the new copy to the approval 10 of the City. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page 1 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 SECTION 31 25 00 (MOD) 1 EROSION AND SEDIMENT CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) 6 and installation, maintenance and removal of erosion and sediment control devices 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. When overall site SWPPP is to be provided by others, this modification adds 9 Measurement and Payment for “Inlet Protection” during utility work and “SWPPP 10 Maintenance” during paving work. Reference 1.2.A.3 and 1.2.A.4. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan ≥ 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 acre”. 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 3. Inlet Protection 36 a. Measurement for this Item shall be by each. 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item shall be paid for at the each price bid for “Inlet Protection”. 40 c. The price bid shall include: 41 1) Installation 42 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 2) Maintenance 1 3) Removal 2 4. SWPPP Maintenance 3 a. Measurement for this Item shall be by lump sum. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item shall be paid for at the lump sum price bid for “SWPPP Maintenance”. 7 c. The price bid shall include: 8 1) Maintenance of the existing SWPPP downstream of the limits of pavement 9 construction. 10 11 1.3 REFERENCES 12 A. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16 2. ASTM Standard: 17 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 18 Fabrics—Diaphragm Bursting Strength Tester Method 19 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 20 of Geotextiles 21 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 22 of a Geotextile 23 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 24 Geomembranes and Related Products 25 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 26 TXR150000 27 4. TxDOT Departmental Material Specifications (DMS) 28 a. DMS-6230 “Temporary Sediment Control Fence Fabric” 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Storm Water Pollution Prevention Plan (SWPPP) 32 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 33 Construction Activity under the TPDES General Permit 34 C. Construction Site Notice 35 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 36 Construction Activity under the TPDES General Permit 37 E. Notice of Change (if applicable) 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 41 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 1.9 QUALITY ASSURANCE [NOT USED] 1 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 PRODUCT TYPES AND MATERIALS 7 A. Rock Filter Dams 8 1. Aggregate 9 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 10 crumbling, flaking and eroding acceptable to the Engineer. 11 b. Provide the following: 12 1) Types 1, 2 and 4 Rock Filter Dams 13 a) Use 3 to 6 inch aggregate. 14 2) Type 3 Rock Filter Dams 15 a) Use 4 to 8 inch aggregate. 16 2. Wire 17 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 18 wires for Types 2 and 3 rock filter dams 19 b. Type 4 dams require: 20 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ 21 inches x 3 ¼ inches 22 2) Minimum 0.0866 inch steel wire for netting 23 3) Minimum 0.1063 inch steel wire for selvages and corners 24 4) Minimum 0.0866 inch for binding or tie wire 25 B. Geotextile Fabric 26 1. Place the aggregate over geotextile fabric meeting the following criteria: 27 a. Tensile Strength of 250 pounds, per ASTM D4632 28 b. Puncture Strength of 135 pounds, per ASTM D4833 29 c. Mullen Burst Rate of 420 psi, per ASTM D3786 30 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 31 C. Sandbag Material 32 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 33 be used to fill the sandbags. 34 D. Stabilized Construction Entrances 35 1. Provide materials that meet the details shown on the Drawings and this Section. 36 a. Provide crushed aggregate for long and short-term construction exits. 37 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 38 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and 39 injurious matter. 40 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 41 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 d. The aggregate shall be placed over a geotextile fabric meeting the following 1 criteria: 2 1) Tensile Strength of 300 pounds, per ASTM D4632 3 2) Puncture Strength of 120 pounds, per ASTM D4833 4 3) Mullen Burst Rate of 600 psi, per ASTM D3786 5 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 6 E. Embankment for Erosion Control 7 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 8 embankment to meet the intended use. 9 F. Sandbags 10 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 11 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst-12 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 13 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 14 1 to fill sandbags. 15 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 16 inches thick. 17 Table 1 18 Sand Gradation 19 Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 20 1. Provide a net-reinforced fence using woven geo-textile fabric. 21 2. Logos visible to the traveling public will not be allowed. 22 a. Fabric 23 1) Provide fabric materials in accordance with DMS-6230, “Temporary 24 Sediment Control Fence Fabric.” 25 b. Posts 26 1) Provide essentially straight wood or steel posts with a minimum length of 27 48 inches, unless otherwise shown on the Drawings. 28 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 29 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 30 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 31 foot. 32 c. Net Reinforcement 33 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 34 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 35 unless otherwise shown on the Drawings. 36 d. Staples 37 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 38 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. Storm Water Pollution Prevention Plan 8 1. Develop and implement the project’s Storm Water Pollution Prevention Plan 9 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 10 requirements. Prevent water pollution from storm water runoff by using and 11 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 12 discharges to the MS4 from the construction site. 13 B. Control Measures 14 1. Implement control measures in the area to be disturbed before beginning 15 construction, or as directed. Limit the disturbance to the area shown on the 16 Drawings or as directed. 17 2. Control site waste such as discarded building materials, concrete truck washout 18 water, chemicals, litter and sanitary waste at the construction site. 19 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 20 sedimentation resulting from construction operations, the Engineer will limit the 21 disturbed area to that which the Contractor is able to control. Minimize disturbance 22 to vegetation. 23 4. Immediately correct ineffective control measures. Implement additional controls as 24 directed. Remove excavated material within the time requirements specified in the 25 applicable storm water permit. 26 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 27 temporary control measures, temporary embankments, bridges, matting, falsework, 28 piling, debris, or other obstructions placed during construction that are not a part of 29 the finished work, or as directed. 30 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 31 streambed. 32 D. Do not install temporary construction crossings in or across any water body without the 33 prior approval of the appropriate resource agency and the Engineer. 34 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 35 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 36 provide shelter for stored chemicals. 37 F. Installation and Maintenance 38 1. Perform work in accordance with the TPDES Construction General Permit 39 TXR150000. 40 31 25 00 - 6 EROSION AND SEDIMENT CONTROL Page 6 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 2. When approved, sediments may be disposed of within embankments, or in areas 1 where the material will not contribute to further siltation. 2 3. Dispose of removed material in accordance with federal, state, and local 3 regulations. 4 4. Remove devices upon approval or when directed. 5 a. Upon removal, finish-grade and dress the area. 6 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 7 Drawings or directed. 8 5. The Contractor retains ownership of stockpiled material and must remove it from 9 the project when new installations or replacements are no longer required. 10 G. Rock Filter Dams for Erosion Control 11 1. Remove trees, brush, stumps and other objectionable material that may interfere 12 with the construction of rock filter dams. 13 2. Place sandbags as a foundation when required or at the Contractor’s option. 14 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 15 specified, without undue voids. 16 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 17 upstream side over the aggregate and secure it to itself on the downstream side with 18 wire ties, or hog rings, or as directed. 19 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 20 otherwise directed. 21 6. Construct filter dams according to the following criteria, unless otherwise shown on 22 the Drawings: 23 a. Type 1 (Non-reinforced) 24 1) Height - At least 18 inches measured vertically from existing ground to top 25 of filter dam 26 2) Top Width - At least 2 feet 27 3) Slopes - At most 2:1 28 b. Type 2 (Reinforced) 29 1) Height - At least 18 inches measured vertically from existing ground to top 30 of filter dam 31 2) Top Width - At least 2 feet 32 3) Slopes - At most 2:1 33 c. Type 3 (Reinforced) 34 1) Height - At least 36 inches measured vertically from existing ground to top 35 of filter dam 36 2) Top Width - At least 2 feet 37 3) Slopes - At most 2:1 38 d. Type 4 (Sack Gabions) 39 1) Unfold sack gabions and smooth out kinks and bends. 40 2) For vertical filling, connect the sides by lacing in a single loop–double loop 41 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, 42 wrap around the end, and twist 4 times. At the filling end, fill with stone, pull 43 the rod tight, cut the wire with approximately 6 inches remaining, and twist 44 wires 4 times. 45 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 46 connect sides and secure ends as described above. 47 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 4) Lift and place without damaging the gabion. 1 5) Shape sack gabions to existing contours. 2 e. Type 5 3 1) Provide rock filter dams as shown on the Drawings. 4 H. Construction Entrances 5 1. When tracking conditions exist, prevent traffic from crossing or exiting the 6 construction site or moving directly onto a public roadway, alley, sidewalk, parking 7 area, or other right of way areas other than at the location of construction entrances. 8 2. Place the exit over a foundation course, if necessary. 9 a. Grade the foundation course or compacted subgrade to direct runoff from the 10 construction exits to a sediment trap as shown on the Drawings or as directed. 11 3. At drive approaches, make sure the construction entrance is the full width of the 12 drive and meets the length shown on the Drawings. 13 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 14 other points of ingress or egress or as directed by the Engineer. 15 I. Earthwork for Erosion Control 16 1. Perform excavation and embankment operations to minimize erosion and to remove 17 collected sediments from other erosion control devices. 18 a. Excavation and Embankment for Erosion Control Measures 19 1) Place earth dikes, swales or combinations of both along the low crown of 20 daily lift placement, or as directed, to prevent runoff spillover. 21 2) Place swales and dikes at other locations as shown on the Drawings or as 22 directed to prevent runoff spillover or to divert runoff. 23 3) Construct cuts with the low end blocked with undisturbed earth to prevent 24 erosion of hillsides. 25 4) Construct sediment traps at drainage structures in conjunction with other 26 erosion control measures as shown on the Drawings or as directed. 27 5) Where required, create a sediment basin providing 3,600 cubic feet of 28 storage per acre drained, or equivalent control measures for drainage locations 29 that serve an area with 10 or more disturbed acres at 1 time, not including 30 offsite areas. 31 b. Excavation of Sediment and Debris 32 1) Remove sediment and debris when accumulation affects the performance of 33 the devices, after a rain, and when directed. 34 J. Sandbags for Erosion Control 35 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 36 runoff from disturbed areas, create a retention pond, detain sediment and release 37 water in sheet flow. 38 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 39 allow for proper tying of the open end. 40 3. Place the sandbags with their tied ends in the same direction. 41 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 42 5. Place a single layer of sandbags downstream as a secondary debris trap. 43 6. Place additional sandbags as necessary or as directed for supplementary support to 44 berms or dams of sandbags or earth. 45 K. Temporary Sediment-Control Fence 46 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 1. Provide temporary sediment-control fence near the downstream perimeter of a 1 disturbed area to intercept sediment from sheet flow. 2 2. Incorporate the fence into erosion-control measures used to control sediment in 3 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 4 Section, or as directed. 5 a. Post Installation 6 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 7 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 8 b. Fabric Anchoring 9 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 10 fabric. 11 2) Provide a minimum trench cross-section of 6 x 6 inches 12 3) Place the fabric against the side of the trench and align approximately 2 13 inches of fabric along the bottom in the upstream direction. 14 4) Backfill the trench, then hand-tamp. 15 c. Fabric and Net Reinforcement Attachment 16 1) Unless otherwise shown under the Drawings, attach the reinforcement to 17 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 18 equally spaced. 19 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 20 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 21 every 15 inches or less. 22 d. Fabric and Net Splices 23 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 24 least 6 places equally spaced, unless otherwise shown under the Drawings. 25 a) Do not locate splices in concentrated flow areas. 26 2) Requirements for installation of used temporary sediment-control fence 27 include the following: 28 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 29 b) Fabric without excessive patching (more than 1 patch every 15 to 20 30 feet) 31 c) Posts without bends 32 d) Backing without holes 33 3.5 REPAIR/RESTORATION [NOT USED] 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING 39 A. Waste Management 40 1. Remove sediment, debris and litter as needed. 41 3.11 CLOSEOUT ACTIVITIES 42 A. Erosion control measures remain in place and are maintained until all soil disturbing 43 activities at the project site have been completed. 44 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised December 20, 2012 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 1 on areas not covered by permanent structures, or in areas where permanent erosion 2 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE 5 A. Install and maintain the integrity of temporary erosion and sedimentation control 6 devices to accumulate silt and debris until earthwork construction and permanent erosion 7 control features are in place or the disturbed area has been adequately stabilized as 8 determined by the Engineer. 9 B. If a device ceases to function as intended, repair or replace the device or portions 10 thereof as necessary. 11 C. Perform inspections of the construction site as prescribed in the Construction General 12 Permit TXR150000. 13 D. Records of inspections and modifications based on the results of inspections must be 14 maintained and available in accordance with the permit. 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 33 05 10 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 SECTION 33 05 10 1 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL (MOD) 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Excavation, Embedment and Backfill for: 6 a. Pressure Applications 7 1) Water Distribution or Transmission Main 8 2) Wastewater Force Main 9 3) Reclaimed Water Main 10 b. Gravity Applications 11 1) Wastewater Gravity Mains 12 2) Storm Sewer Pipe and Culverts 13 3) Storm Sewer Precast Box and Culverts 14 2. Including: 15 a. Excavation of all material encountered, including rock and unsuitable materials 16 b. Disposal of excess unsuitable material 17 c. Site specific trench safety 18 d. Pumping and dewatering 19 e. Embedment 20 f. Concrete encasement for utility lines 21 g. Backfill 22 h. Compaction 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. None. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 – General Requirements 29 3. Section 02 41 13 – Selective Site Demolition 30 4. Section 02 41 15 – Paving Removal 31 5. Section 02 41 14 – Utility Removal/Abandonment 32 6. Section 03 30 00 – Cast-in-place Concrete 33 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 34 8. Section 31 10 00 – Site Clearing 35 9. Section 31 25 00 – Erosion and Sediment Control 36 10. Section 33 05 26 – Utility Markers/Locators 37 11. Section 34 71 13 – Traffic Control 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment 40 33 05 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 1. Trench Excavation, Embedment and Backfill associated with the installation of an 1 underground utility or excavation 2 a. Measurement 3 1) This Item is considered subsidiary to the installation of the utility pipe line 4 as designated in the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item are considered subsidiary to the installation of the utility pipe for the 8 type of embedment and backfill as indicated on the plans. No other 9 compensation will be allowed. 10 2. Imported Embedment or Backfill 11 a. Measurement 12 1) Measured by the cubic yard as delivered to the site and recorded by truck 13 ticket provided to the City 14 b. Payment 15 1) Imported fill shall only be paid when using materials for embedment and 16 backfill other than those identified in the Drawings. The work performed 17 and materials furnished in accordance with pre-bid item and measured as 18 provided under “Measurement” will be paid for at the unit price bid per 19 cubic yard of “Imported Embedment/Backfill” delivered to the Site for: 20 a) Various embedment/backfill materials 21 c. The price bid shall include: 22 1) Furnishing backfill or embedment as specified by this Specification 23 2) Hauling to the site 24 3) Placement and compaction of backfill or embedment 25 3. Concrete Encasement for Utility Lines 26 a. Measurement 27 1) Measured by the cubic yard per plan quantity. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per cubic yard of “Concrete Encasement for Utility Lines” per 32 plan quantity. 33 c. The price bid shall include: 34 1) Furnishing, hauling, placing and finishing concrete in accordance with 35 Section 03 30 00 36 2) Clean-up 37 4. Ground Water Control 38 a. Measurement 39 1) Measurement shall be lump sum when a ground water control plan is 40 specifically required by the Contract Documents. 41 b. Payment 42 1) Payment shall be per the lump sum price bid for “Ground Water Control” 43 including: 44 a) Submittals 45 b) Additional Testing 46 c) Ground water control system installation 47 d) Ground water control system operations and maintenance 48 e) Disposal of water 49 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 f) Removal of ground water control system 1 5. Trench Safety 2 a. Measurement 3 1) Measured per linear foot of excavation for all trenches that require trench 4 safety in accordance with OSHA excavation safety standards (29 CFR Part 5 1926 Subpart P Safety and Health regulations for Construction) 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under “Measurement” will be paid for at the unit 9 price bid per linear foot of excavation to comply with OSHA excavation 10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 11 limited to, all submittals, labor and equipment. 12 1.3 REFERENCES 13 A. Definitions 14 1. General – Definitions used in this section are in accordance with Terminologies 15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 16 noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 18 haunching bedding, springline, pipe zone and foundation are defined as shown in 19 the following schematic: 20 21 33 05 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic 1 material 2 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding 3 or the trench foundation 4 5. Final Backfill Depth 5 a. Unpaved Areas – The depth of the final backfill measured from the top of the 6 initial backfill to the surface 7 b. Paved Areas – The depth of the final backfill measured from the top of the 8 initial backfill to bottom of permanent or temporary pavement repair 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. ASTM Standards: 14 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 15 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 16 Magnesium Sulfate 17 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 18 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 19 Bridge Construction. 20 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-21 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 22 f. ASTM D588 – Standard Test method for Moisture-Density Relations of Soil-23 Cement Mixture 24 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 25 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 26 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 27 Place by Sand Cone Method. 28 i. ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes 29 (Unified Soil Classification System) 30 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 31 and Other Gravity-Flow Applications 32 k. ASTM D2922 – Standard Test Methods for Density of Soils and Soil 33 Aggregate in Place by Nuclear Methods (Shallow Depth) 34 l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 35 place by Nuclear Methods (Shallow Depth) 36 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 37 Weight of Soils and Calculations of Relative Density 38 3. OSHA 39 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 40 Regulations for Construction, Subpart P - Excavations 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Coordination 43 1. Utility Company Notification 44 a. Notify area utility companies at least 48 hours in advance, excluding weekends 45 and holidays, before starting excavation. 46 33 05 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 b. Request the location of buried lines and cables in the vicinity of the proposed 1 work. 2 B. Sequencing 3 1. Sequence work for each section of the pipe installed to complete the embedment 4 and backfill placement on the day the pipe foundation is complete. 5 2. Sequence work such that proctors are complete in accordance with ASTM D698 6 prior to commencement of construction activities. 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to construction. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Shop Drawings 12 1. Provide detailed drawings and explanation for ground water and surface water 13 control, if required. 14 2. Trench Safety Plan in accordance with Occupational Safety and Health 15 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 16 Excavations 17 3. Stockpiled excavation and/or backfill material 18 a. Provide a description of the storage of the excavated material only if the 19 Contract Documents do not allow storage of materials in the right-of-way of the 20 easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights-of-Way (ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within 28 existing ROW, easements or temporary construction easements, unless 29 specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non-paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils, embedment or 37 backfill materials within the ROW, easement or temporary construction 38 easement, then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 31 25 00. 42 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 d. Do not block drainage ways. 1 e. Only materials used for 1 working day will be allowed to be stored in the work 2 zone. 3 B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Existing Conditions 6 1. Any data which has been or may be provided on subsurface conditions is not 7 intended as a representation or warranty of accuracy or continuity between soils. It 8 is expressly understood that neither the City nor the Engineer will be responsible 9 for interpretations or conclusions drawn there from by the Contractor. 10 2. Data is made available for the convenience of the Contractor. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 A. Materials 16 1. Utility Sand 17 a. Granular and free flowing 18 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 19 fine aggregate according to ASTM C 33 20 c. Reasonably free of organic material 21 d. Gradation: 22 Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock 23 a. Durable crushed rock or recycled concrete 24 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 25 c. May be unwashed 26 d. Free from significant silt clay or unsuitable materials 27 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 28 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 29 sodium sulfate soundness per ASTM C88 30 3. Fine Crushed Rock 31 a. Durable crushed rock 32 b. Meets the gradation of ASTM D448 size numbers 8 or 89 33 c. May be unwashed 34 d. Free from significant silt clay or unsuitable materials. 35 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 36 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 1 sodium sulfate soundness per ASTM C88 2 4. Ballast Stone 3 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 4 b. May be unwashed 5 c. Free from significant silt clay or unsuitable materials 6 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 7 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 8 sodium sulfate soundness per ASTM C88 9 5. Acceptable Backfill Material 10 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 11 ASTM D2487 12 b. Free from deleterious materials, boulders over 6 inches in size and organics 13 c. Can be placed free from voids 14 d. Must have 20 percent passing the number 200 sieve 15 6. Blended Backfill Material 16 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 17 b. Blended with in-situ or imported acceptable backfill material to meet the 18 requirements of an Acceptable Backfill Material 19 c. Free from deleterious materials, boulders over 6 inches in size and organics 20 d. Must have 20 percent passing the number 200 sieve 21 7. Unacceptable Backfill Material 22 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 23 D2487 24 8. Select Fill 25 a. Classified as SC or CL in accordance with ASTM D2487 26 b. Liquid limit less than 35 27 c. Plasticity index between 8 and 20 28 9. Cement Stabilized Sand (CSS) 29 a. Sand 30 1) Shall be clean, durable sand meeting grading requirements for fine 31 aggregates of ASTM C33 and the following requirements: 32 a) Classified as SW, SP, or SM by the United Soil Classification System 33 of ASTM D2487 34 b) Deleterious materials 35 (1) Clay lumps, ASTM C142, less than 0.5 percent 36 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 37 (3) Organic impurities, ASTM C40, color no darker than standard 38 color 39 (4) Plasticity index of 4 or less when tested in accordance with ASTM 40 D4318. 41 b. At water crossings of sanitary sewer, use a minimum of 10% Type I/II portland 42 cement with brown coloring. Application shall extend 6 inches above and 4” 43 below the wastewater main. At storm crossings of sanitary sewer, use a 44 minimum of 4% Type I/II portland cement with brown coloring. 45 c. Water 46 1) Potable water, free of soils, acids, alkalis, organic matter or other 47 deleterious substances, meeting requirements of ASTM C94 48 33 05 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 1 e. Strength 2 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 3 D1633, Method A 4 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 5 D1633, Method A 6 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 7 that exceeds the maximum compressive strength shall be removed by the 8 Contractor for no additional compensation. 9 f. Random samples of delivered product will be taken in the field at point of 10 delivery for each day of placement in the work area. Specimens will be 11 prepared in accordance with ASTM D1632. 12 10. Controlled Low Strength Material (CLSM) 13 a. Conform to Section 03 34 13 14 11. Trench Geotextile Fabric 15 a. Soils other than ML or OH in accordance with ASTM D2487 16 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 17 2) Fibers shall retain their relative position 18 3) Inert to biological degradation 19 4) Resist naturally occurring chemicals 20 5) UV Resistant 21 6) Mirafi 140N by Tencate, or approved equal 22 b. Soils Classified as ML or OH in accordance with ASTM D2487 23 1) High-tenacity monofilament polypropylene woven yarn 24 2) Percent open area of 8 percent to10 percent 25 3) Fibers shall retain their relative position 26 4) Inert to biological degradation 27 5) Resist naturally occurring chemicals 28 6) UV Resistant 29 7) Mirafi FW402 by Tencate, or approved equal 30 12. Concrete Encasement 31 a. Conform to Section 03 30 00. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION 37 A. Verification of Conditions 38 1. Review all known, identified or marked utilities, whether public or private, prior to 39 excavation. 40 2. Locate and protect all known, identified and marked utilities or underground 41 facilities as excavation progresses. 42 33 05 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 3. Notify all utility owners within the project limits 48 hours prior to beginning 1 excavation. 2 4. The information and data shown in the Drawings with respect to utilities is 3 approximate and based on record information or on physical appurtenances 4 observed within the project limits. 5 5. Coordinate with the Owner(s) of underground facilities. 6 6. Immediately notify any utility owner of damages to underground facilities resulting 7 from construction activities. 8 7. Repair any damages resulting from the construction activities. 9 B. Notify the City immediately of any changed condition that impacts excavation and 10 installation of the proposed utility. 11 3.3 PREPARATION 12 A. Protection of In-Place Conditions 13 1. Pavement 14 a. Conduct activities in such a way that does not damage existing pavement that is 15 designated to remain. 16 1) Where desired to move equipment not licensed for operation on public 17 roads or across pavement, provide means to protect the pavement from all 18 damage. 19 b. Repair or replace any pavement damaged due to the negligence of the 20 contractor outside the limits designated for pavement removal at no additional 21 cost to the City. 22 2. Drainage 23 a. Maintain positive drainage during construction and re-establish drainage for all 24 swales and culverts affected by construction. 25 3. Trees 26 a. When operating outside of existing ROW, stake permanent and temporary 27 construction easements. 28 b. Restrict all construction activities to the designated easements and ROW. 29 c. Flag and protect all trees designated to remain in accordance with Section 31 10 30 00. 31 d. Conduct excavation, embedment and backfill in a manner such that there is no 32 damage to the tree canopy. 33 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 34 specifically allowed by the City. 35 1) Pruning or trimming may only be accomplished with equipments 36 specifically designed for tree pruning or trimming. 37 f. Remove trees specifically designated to be removed in the Drawings in 38 accordance with Section 31 10 00. 39 4. Above ground Structures 40 a. Protect all above ground structures adjacent to the construction. 41 b. Remove above ground structures designated for removal in the Drawings in 42 accordance with Section 02 41 13 43 5. Traffic 44 a. Maintain existing traffic, except as modified by the traffic control plan, and in 45 accordance with Section 34 71 13. 46 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 b. Do not block access to driveways or alleys for extended periods of time unless: 1 1) Alternative access has been provided 2 2) Proper notification has been provided to the property owner or resident 3 3) It is specifically allowed in the traffic control plan 4 c. Use traffic rated plates to maintain access until access is restored. 5 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops 6 a. Notify the City’s Traffic Services Division a minimum of 48 hours prior to any 7 excavation that could impact the operations of an existing traffic signal. 8 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 9 and detector loops. 10 c. Immediately notify the City’s Traffic Services Division if any damage occurs to 11 any component of the traffic signal due to the contractors activities. 12 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 13 cabinets, conduit and detector loops as a result of the construction activities. 14 7. Fences 15 a. Protect all fences designated to remain. 16 b. Leave fence in the equal or better condition as prior to construction. 17 3.4 INSTALLATION 18 A. Excavation 19 1. Excavate to a depth indicated on the Drawings. 20 2. Trench excavations are defined as unclassified. No additional payment shall be 21 granted for rock or other in-situ materials encountered in the trench. 22 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 23 and bracing in accordance with the Excavation Safety Plan. 24 4. The bottom of the excavation shall be firm and free from standing water. 25 a. Notify the City immediately if the water and/or the in-situ soils do not provide 26 for a firm trench bottom. 27 b. The City will determine if any changes are required in the pipe foundation or 28 bedding. 29 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 30 excavation shall not advance beyond the pipe placement so that the trench may be 31 backfilled in the same day. 32 6. Over Excavation 33 a. Fill over excavated areas with the specified bedding material as specified for 34 the specific pipe to be installed. 35 b. No additional payment will be made for over excavation or additional bedding 36 material. 37 7. Unacceptable Backfill Materials 38 a. In-situ soils classified as unacceptable backfill material shall be separated from 39 acceptable backfill materials. 40 b. If the unacceptable backfill material is to be blended in accordance with this 41 Specification, then store material in a suitable location until the material is 42 blended. 43 c. Remove all unacceptable material from the project site that is not intended to be 44 blended or modified. 45 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 8. Rock – No additional compensation will be paid for rock excavation or other 1 changed field conditions. 2 B. Shoring, Sheeting and Bracing 3 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 4 specific excavation safety system in accordance with Federal and State 5 requirements. 6 2. Excavation protection systems shall be designed according to the space limitations 7 as indicated in the Drawings. 8 3. Furnish, put in place and maintain a trench safety system in accordance with the 9 Excavation Safety Plan and required by Federal, State or local safety requirements. 10 4. If soil or water conditions are encountered that are not addressed by the current 11 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 12 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 13 City. 14 5. Do not allow soil, or water containing soil, to migrate through the Excavation 15 Safety System in sufficient quantities to adversely affect the suitability of the 16 Excavation Protection System. Movable bracing, shoring plates or trench boxes 17 used to support the sides of the trench excavation shall not: 18 a. Disturb the embedment located in the pipe zone or lower 19 b. Alter the pipe’s line and grade after the Excavation Protection System is 20 removed 21 c. Compromise the compaction of the embedment located below the spring line of 22 the pipe and in the haunching 23 C. Water Control 24 1. Surface Water 25 a. Furnish all materials and equipment and perform all incidental work required to 26 direct surface water away from the excavation. 27 2. Ground Water 28 a. Furnish all materials and equipment to dewater ground water by a method 29 which preserves the undisturbed state of the subgrade soils. 30 b. Do not allow the pipe to be submerged within 24 hours after placement. 31 c. Do not allow water to flow over concrete until it has sufficiently cured. 32 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 33 Control Plan if any of the following conditions are encountered: 34 1) A Ground Water Control Plan is specifically required by the Contract 35 Documents 36 2) If in the sole judgment of the City, ground water is so severe that an 37 Engineered Ground Water Control Plan is required to protect the trench or 38 the installation of the pipe which may include: 39 a) Ground water levels in the trench are unable to be maintained below 40 the top of the bedding 41 b) A firm trench bottom cannot be maintained due to ground water 42 c) Ground water entering the excavation undermines the stability of the 43 excavation. 44 d) Ground water entering the excavation is transporting unacceptable 45 quantities of soils through the Excavation Safety System. 46 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 e. In the event that there is no bid item for a Ground Water Control and the City 1 requires an Engineered Ground Water Control Plan due to conditions 2 discovered at the site, the contractor will be eligible to submit a change order. 3 f. Control of ground water shall be considered subsidiary to the excavation when: 4 1) No Ground Water Control Plan is specifically identified and required in the 5 Contract Documents 6 g. Ground Water Control Plan installation, operation and maintenance 7 1) Furnish all materials and equipment necessary to implement, operate and 8 maintain the Ground Water Control Plan. 9 2) Once the excavation is complete, remove all ground water control 10 equipment not called to be incorporated into the work. 11 h. Water Disposal 12 1) Dispose of ground water in accordance with City policy or Ordinance. 13 2) Do not discharge ground water onto or across private property without 14 written permission. 15 3) Permission from the City is required prior to disposal into the Sanitary 16 Sewer. 17 4) Disposal shall not violate any Federal, State or local regulations. 18 D. Embedment and Pipe Placement 19 1. Water Lines less than, or equal to, 12 inches in diameter: 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment. 22 c. If ground water is in sufficient quantity to cause sand to pump, then use 23 crushed rock as embedment. 24 1) If crushed rock is not specifically identified in the Contract Documents, 25 then crushed rock shall be paid by the pre-bid unit price. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 29 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 30 proposed grade, unless specifically called for in the Drawings. 31 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 32 more than 12 inches, above the pipe. 33 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 34 the elevation of the valve nut. 35 j. Form all blocking against undisturbed trench wall to the dimensions in the 36 Drawings. 37 k. Compact embedment and initial backfill. 38 l. Place marker tape on top of the initial trench backfill in accordance with 39 Section 33 05 26. 40 2. Water Lines 16-inches through 24-inches in diameter: 41 a. The entire embedment zone shall be of uniform material. 42 b. Utility sand may be used for embedment when the excavated trench depth is 43 less than 15 feet deep. 44 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 45 trench depths 15 feet, or greater. 46 d. Crushed rock shall be used for embedment for steel pipe. 47 e. Provide trench geotextile fabric at any location where crushed rock or fine 48 crushed rock come into contact with utility sand 49 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 f. Place evenly spread bedding material on a firm trench bottom. 1 g. Provide firm, uniform bedding. 2 1) Additional bedding may be required if ground water is present in the 3 trench. 4 2) If additional crushed rock is required not specifically identified in the 5 Contract Documents, then crushed rock shall be paid by the pre-bid unit 6 price. 7 h. Place pipe on the bedding according to the alignment shown on the Drawings. 8 i. The pipe line shall be within: 9 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 10 lines 11 j. Place and compact embedment material to adequately support haunches in 12 accordance with the pipe manufacturer’s recommendations. 13 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 14 but not more than 12 inches, above the pipe. 15 l. Where gate valves are present, the initial backfill shall extend to up to the valve 16 nut. 17 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 18 ASTM D 698. 19 n. Density test may be performed by City to verify that the compaction of 20 embedment meets requirements. 21 o. Place trench geotextile fabric on top of the initial backfill. 22 p. Place marker tape on top of the trench geotextile fabric in accordance with 23 Section 33 05 26. 24 3. Water Lines 30-inches and greater in diameter 25 a. The entire embedment zone shall be of uniform material. 26 b. Crushed rock shall be used for embedment. 27 c. Provide trench geotextile fabric at any location where crushed rock or fine 28 crushed rock come into contact with utility sand. 29 d. Place evenly spread bedding material on a firm trench bottom. 30 e. Provide firm, uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically identified in 34 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 35 price. 36 f. Place pipe on the bedding according to the alignment shown on the Drawings. 37 g. The pipe line shall be within: 38 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 39 h. Place and compact embedment material to adequately support haunches in 40 accordance with the pipe manufacturer’s recommendations. 41 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 42 not exceed the spring line prior to compaction. 43 j. Place remaining embedment, including initial backfill, to a minimum of 6 44 inches, but not more than 12 inches, above the pipe. 45 k. Where gate valves are present, the initial backfill shall extend to up to the valve 46 nut. 47 l. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 m. Density test may be performed by City to verify that the compaction of 1 embedment meets requirements. 2 n. Place trench geotextile fabric on top of the initial backfill. 3 o. Place marker tape on top of the trench geotextile fabric in accordance with 4 Section 33 05 26. 5 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 6 a. The entire embedment zone shall be of uniform material. 7 b. Crushed rock shall be used for embedment. 8 c. Place evenly spread bedding material on a firm trench bottom. 9 d. Spread bedding so that lines and grades are maintained and that there are no 10 sags in the sanitary sewer pipe line. 11 e. Provide firm, uniform bedding. 12 1) Additional bedding may be required if ground water is present in the 13 trench. 14 2) If additional crushed rock is required which is not specifically identified in 15 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 16 price. 17 f. Place pipe on the bedding according to the alignment shown in the Drawings. 18 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 19 with the grade shown on the Drawings. 20 h. Place and compact embedment material to adequately support haunches in 21 accordance with the pipe manufacturer’s recommendations. 22 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 23 exceed the spring line prior to compaction. 24 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 25 but not more than 12 inches, above the pipe. 26 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 27 ASTM D 698. 28 l. Density test may be performed by City to verify that the compaction of 29 embedment meets requirements. 30 m. Place trench geotextile fabric on top of the initial backfill. 31 n. Place marker tape on top of the trench geotextile fabric in accordance with 32 Section 33 05 26. 33 5. Storm Sewer (RCP) 34 a. The bedding and the pipe zone up to the spring line shall be of uniform 35 material. 36 b. Crushed rock shall be used for embedment up to the spring line. 37 c. The specified backfill material may be used above the spring line. 38 d. Place evenly spread bedding material on a firm trench bottom. 39 e. Spread bedding so that lines and grades are maintained and that there are no 40 sags in the storm sewer pipe line. 41 f. Provide firm, uniform bedding. 42 1) Additional bedding may be required if ground water is present in the 43 trench. 44 2) If additional crushed rock is required which is not specifically identified in 45 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 46 price. 47 g. Place pipe on the bedding according to the alignment of the Drawings. 48 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 1 with the grade, shown on the Drawings. 2 i. Place embedment material up to the spring line. 3 1) Place embedment to ensure that adequate support is obtained in the haunch. 4 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 5 ASTM D 698. 6 k. Density test may be performed by City to verify that the compaction of 7 embedment meets requirements. 8 l. Place trench geotextile fabric on top of pipe and crushed rock. 9 6. Storm Sewer Reinforced Concrete Box 10 a. Crushed rock shall be used for bedding. 11 b. The pipe zone and the initial backfill shall be: 12 1) Crushed rock, or 13 2) Acceptable backfill material compacted to 95 percent Standard Proctor 14 density 15 c. Place evenly spread compacted bedding material on a firm trench bottom. 16 d. Spread bedding so that lines and grades are maintained and that there are no 17 sags in the storm sewer pipe line. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 23 price. 24 f. Fill the annular space between multiple boxes with crushed rock, CLSM 25 according to 03 34 13. 26 g. Place pipe on the bedding according to the alignment of the Drawings. 27 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 28 grade, shown on the Drawings. 29 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 30 D698. 31 7. Water Services (Less than 2 Inches in Diameter) 32 a. The entire embedment zone shall be of uniform material. 33 b. Utility sand shall be generally used for embedment. 34 c. Place evenly spread bedding material on a firm trench bottom. 35 d. Provide firm, uniform bedding. 36 e. Place pipe on the bedding according to the alignment of the Plans. 37 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 38 8. Sanitary Sewer Services 39 a. The entire embedment zone shall be of uniform material. 40 b. Crushed rock shall be used for embedment. 41 c. Place evenly spread bedding material on a firm trench bottom. 42 d. Spread bedding so that lines and grades are maintained and that there are no 43 sags in the sanitary sewer pipe line. 44 e. Provide firm, uniform bedding. 45 1) Additional bedding may be required if ground water is present in the 46 trench. 47 33 05 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 2) If additional crushed rock is required which is not specifically identified in 1 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 2 price. 3 f. Place pipe on the bedding according to the alignment of the Drawings. 4 g. Place remaining embedment, including initial backfill, to a minimum of 6 5 inches, but not more than 12 inches, above the pipe. 6 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 7 i. Density test may be required to verify that the compaction meets the density 8 requirements. 9 E. Trench Backfill 10 1. At a minimum, place backfill in such a manner that the required in-place density 11 and moisture content is obtained, and so that there will be no damage to the surface, 12 pavement or structures due to any trench settlement or trench movement. 13 a. Meeting the requirement herein does not relieve the responsibility to damages 14 associated with the Work. 15 2. Backfill Material 16 a. Final backfill depth less than 15 feet 17 1) Backfill with: 18 a) Acceptable backfill material 19 b) Blended backfill material, or 20 c) Select backfill material, CSS, or CLSM when specifically required 21 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 22 1) Backfill depth from 0 to15 feet deep 23 a) Backfill with: 24 (1) Acceptable backfill material 25 (2) Blended backfill material, or 26 (3) Select backfill material, CSS, or CLSM when specifically required 27 2) Backfill depth from 15 feet and greater 28 a) Backfill with: 29 (1) Select Fill 30 (2) CSS, or 31 (3) CLSM when specifically required 32 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 33 1) Backfill with: 34 a) Acceptable backfill material, or 35 b) Blended backfill material 36 d. Backfill for service lines: 37 1) Backfill for water or sewer service lines shall be the same as the 38 requirement of the main that the service is connected to. 39 3. Required Compaction and Density 40 a. Final backfill (depths less than 15 feet) 41 1) Compact acceptable backfill material, blended backfill material or select 42 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 43 moisture content within -2 to +5 percent of the optimum moisture. 44 2) CSS or CLSM requires no compaction. 45 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 46 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 47 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 48 moisture. 49 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 2) CSS or CLSM requires no compaction. 1 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 2 1) Compact acceptable backfill material blended backfill material, or select 3 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 4 moisture content within -2 to +5 percent of the optimum moisture. 5 4. Saturated Soils 6 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 7 optimum moisture content, the soils are considered saturated. 8 b. Flooding the trench or water jetting is strictly prohibited. 9 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Work following all backfill 11 procedures outlined in the Drawings for areas of soil saturation greater than 5 12 percent. 13 d. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall: 16 a) Immediately notify the City. 17 b) Submit a Contract Claim for Extra Work associated with direction from 18 City. 19 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed backfill procedures associated with 23 the saturated soils that may include: 24 (1) Imported backfill 25 (2) A site specific backfill design 26 5. Placement of Backfill 27 a. Use only compaction equipment specifically designed for compaction of a 28 particular soil type and within the space and depth limitation experienced in the 29 trench. 30 b. Flooding the trench or water setting is strictly prohibited. 31 c. Place in loose lifts not to exceed 12 inches. 32 d. Compact to specified densities. 33 e. Compact only on top of initial backfill, undisturbed trench or previously 34 compacted backfill. 35 f. Remove any loose materials due to the movement of any trench box or shoring 36 or due to sloughing of the trench wall. 37 g. Install appropriate tracking balls for water and sanitary sewer trenches in 38 accordance with Section 33 05 26. 39 6. Backfill Means and Methods Demonstration 40 a. Notify the City in writing with sufficient time for the City to obtain samples 41 and perform standard proctor test in accordance with ASTM D698. 42 b. The results of the standard proctor test must be received prior to beginning 43 excavation. 44 c. Upon commencing of backfill placement for the project the Contractor shall 45 demonstrate means and methods to obtain the required densities. 46 d. Demonstrate Means and Methods for compaction including: 47 1) Depth of lifts for backfill which shall not exceed 12 inches 48 2) Method of moisture control for excessively dry or wet backfill 49 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 3) Placement and moving trench box, if used 1 4) Compaction techniques in an open trench 2 5) Compaction techniques around structure 3 e. Provide a testing trench box to provide access to the recently backfilled 4 material. 5 f. The City will provide a qualified testing lab full time during this period to 6 randomly test density and moisture continent. 7 1) The testing lab will provide results as available on the job site. 8 7. Varying Ground Conditions 9 a. Notify the City of varying ground conditions and the need for additional 10 proctors. 11 b. Request additional proctors when soil conditions change. 12 c. The City may acquire additional proctors at its discretion. 13 d. Significant changes in soil conditions will require an additional Means and 14 Methods demonstration. 15 3.5 REPAIR [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. Proctors 20 a. The City will perform Proctors in accordance with ASTM D698. 21 b. Test results will generally be available to within 4 calendar days and distributed 22 to: 23 1) Contractor 24 2) City Project Manager 25 3) City Inspector 26 4) Engineer 27 c. Notify the City if the characteristic of the soil changes. 28 d. City will perform new proctors for varying soils: 29 1) When indicated in the geotechnical investigation in the Appendix 30 2) If notified by the Contractor 31 3) At the convenience of the City 32 e. Trenches where different soil types are present at different depths, the proctors 33 shall be based on the mixture of those soils. 34 2. Density Testing of Backfill 35 a. Density Tests shall be in conformance with ASTM D2922. 36 b. Provide a testing trench protection for trench depths in excess of 5 feet. 37 c. Place, move and remove testing trench protection as necessary to facilitate all 38 test conducted by the City. 39 d. For final backfill depths less than 15 feet and trenches of any depth not under 40 existing or future pavement: 41 1) The City will perform density testing twice per working day when 42 backfilling operations are being conducted. 43 2) The testing lab shall take a minimum of 3 density tests of the current lift in 44 the available trench. 45 e. For final backfill depths 15 feet and greater deep and under existing or future 46 pavement: 47 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 1) The City will perform density testing twice per working day when 1 backfilling operations are being conducted. 2 2) The testing lab shall take a minimum of 3 density tests of the current lift in 3 the available trench. 4 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 5 f. Make the excavation available for testing. 6 g. The City will determine the location of the test. 7 h. The City testing lab will provide results to Contractor and the City’s Inspector 8 upon completion of the testing. 9 i. A formal report will be posted to the City’s Buzzsaw site within 48 hours. 10 j. Test reports shall include: 11 1) Location of test by station number 12 2) Time and date of test 13 3) Depth of testing 14 4) Field moisture 15 5) Dry density 16 6) Proctor identifier 17 7) Percent Proctor Density 18 3. Density of Embedment 19 a. Storm sewer boxes that are embedded with acceptable backfill material, 20 blended backfill material, cement modified backfill material or select material 21 will follow the same testing procedure as backfill. 22 b. The City may test fine crushed rock or crushed rock embedment in accordance 23 with ASTM D2922 or ASTM 1556. 24 B. Non-Conforming Work 25 1. All non-conforming work shall be removed and replaced. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised June 19, 2013 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 1 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 SECTION 34 41 30 1 ALUMINUM SIGNS AND SIGN POSTS (MOD) 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 6 2. End of Road Barricade installed on steel posts. 7 3. Removal of End of Road Barricade. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Revised to include End of Road Barricade. 10 2. Revised to include Remove End of Road Barricade. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 17 a. Measurement 18 1) Measurement for this Item shall be per each sign installed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign 22 Mast Arm Mount” installed for: 23 a) Various types 24 c. The price bid shall include: 25 1) Fabricating the aluminum sign 26 2) Treatment of sign panels required before application of background 27 materials 28 3) Application of the background materials and messages to the sign panels 29 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 30 backing strips 31 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 32 support connections 33 6) Assembling and erecting the signs 34 7) Preparing and cleaning the signs 35 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 36 a. Measurement 37 1) Measurement for this Item shall be per each sign installed. 38 b. Payment 39 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid for each “Install Alum Sign Mast Arm 2 Mount” installed. 3 c. The price bid shall include: 4 1) Installing each Aluminum Sign 5 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 6 backing strips 7 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 8 support connections 9 4) Assembling and erecting the signs 10 5) Preparing and cleaning the signs 11 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies 12 a. Measurement 13 1) Measurement for this Item shall be per each assembly furnished and 14 installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid for each “Furnish/Install Alum Sign 18 Ground Mount” installed for: 19 a) Various types 20 c. The price bid shall include: 21 1) Fabrication of signs and posts 22 2) Treatment of sign panels required before application of background 23 materials 24 3) Application of the background materials and messages to the sign panels 25 4) Scheduling utility line locates 26 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 27 backing strips 28 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 29 support connections 30 7) Assembling and erecting the signs and posts 31 8) Preparing and cleaning the signs 32 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 33 a. Measurement 34 1) Measurement for this Item shall be per each assembly installed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 shall be paid for at the unit price bid for each “Install Alum Sign Ground 38 Mount” installed. 39 c. The price bid shall include: 40 1) Scheduling utility line locates 41 2) Assembling and erecting the signs and posts 42 3) Preparing and cleaning the signs 43 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles 44 a. Measurement 45 1) Measurement for this Item shall be per each sign furnished and installed. 46 b. Payment 47 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid per each “Furnish/Install Alum Sign Ex. 2 Pole Mount” furnished and installed. 3 c. The price bid shall include: 4 1) Furnishing and installing the aluminum sign 5 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 6 backing strips 7 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 8 support connections 9 4) Assembling and erecting the signs 10 5) Preparing and cleaning the signs 11 6. Installing Aluminum Signs Mounted on Existing Poles 12 a. Measurement 13 1) Measurement for this Item shall be per each sign installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each “Install Alum Sign Ex. Pole 17 Mount” installed. 18 c. The price bid shall include: 19 1) Fabricating the aluminum sign 20 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 21 backing strips 22 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 23 support connections 24 4) Assembling and erecting the signs 25 5) Preparing and cleaning the signs 26 7. Removal of Signs 27 a. Measurement 28 1) Measurement for this Item shall be per each sign panel removed, each sign 29 panel and post removed, and each sign panel and post removed and 30 reinstalled. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each “Remove Sign” for: 34 a) Various types 35 b) Various configurations 36 c. The price bid shall include: 37 1) Removal of sign panel and post 38 2) Removal of sign panel 39 3) Backfill 40 4) Excavation 41 5) Returning materials to the City as specified in the plans 42 6) Cleaning sign panel if sign is to be reinstalled 43 8. Installing End of Road Barricade and Post Assemblies 44 a. Measurement 45 1) Measurement for this Item shall be per each assembly installed. 46 b. Payment 47 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid for each “End of Road Barricade” 2 installed. 3 c. The price bid shall include: 4 1) Scheduling utility line locates 5 2) Assembling and erecting the signs and posts 6 3) Preparing and cleaning the signs 7 9. Removing End of Road Barricade and Connect to Existing 8 a. Measurement 9 1) Measurement for this Item shall be per each assembly removed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 shall be paid for at the unit price bid for each “Remove Barricade & Connect 13 to Existing”. 14 c. The price bid shall include: 15 1) Removing and disposing the signs and posts. 16 2) Connecting proposed pavement to existing pavement per plans. 17 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification, unless a date is specifically cited. 23 2. American Standard Testing Materials (ASTM) 24 a. ASTM B209-07– “Standard Specification for Aluminum and Aluminum-Alloy 25 Sheet and Plate”. 26 b. ASTM D4956 – 09e1 – “Standard Specification for Retroreflective Sheeting for 27 Traffic Control”. 28 c. ASTM A1011 / A1011- 10 – “Standard Specification for Steel, Sheet and Strip, 29 Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-30 Alloy with Improved Formability, and Ultra-High Strength”. 31 d. ASTM B117-09 – “Standard Practice for Operating Salt Spray (Fog) 32 Apparatus”. 33 e. AASHTO M 120-08 – “Standard Specification for Zinc”. 34 3. Texas Manual on Uniform Traffic Control Devices 35 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 36 Transportation, Standard Specifications for Construction and Maintenance of 37 Highways, Streets, and Bridges. 38 5. End of Road Barricade detail in the construction plan set. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 43 specials. 44 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1 A. Shop Drawings 2 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 3 approval prior to fabrication. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING 8 A. Delivery and Acceptance Requirements 9 1. Signs and parts shall be properly protected so that no damage or deterioration 10 occurs during a prolonged delay from the time of shipment until installation. 11 2. The Contractor shall secure and maintain a location to store the material in 12 accordance with Section 01 50 00. 13 B. Storage and Handling 14 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 15 edges, and faces are not damaged. 16 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 17 night and day, will be acceptable. 18 3. Replace unacceptable signs. 19 4. Store all finished signs off the ground and in a vertical position until erected. 20 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 21 6. Larger signs may be stored outside. 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 26 A. Refer to Drawings and Contract Documents to determine if any Items are to be 27 purchased from the City and installed by the Contractor. 28 B. Items eligible for purchase from the City include: 29 1. Aluminum Signs 30 2.2 MATERIALS 31 A. Manufacturers 32 1. Only the manufacturers as listed in the City’s Standard Products List will be 33 considered as shown in Section 01 60 00. 34 a. The manufacturer must comply with this Specification and related Sections. 35 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 2. Any product that is not listed on the Standard Products List is considered a 1 substitution and shall be submitted in accordance with Section 01 25 00. 2 B. Sign blanks 3 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 4 meeting Specifications for 5052H38 as outlined in ASTM B 209 – 02a. 5 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 6 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 7 3. Sign blanks shall be degreased and etched according to industry standards and shall 8 have an alodined finish applied per MIL-C5541 Class 1A. 9 4. The thickness of each sign blank shall be uniform throughout. 10 C. Sign sheeting 11 1. Acrylic overlay film 12 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 13 retroreflective sheeting for permanent signing. 14 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 15 1170. 16 c. Film shall be: 17 1) Durable 18 2) Transparent 19 3) Acrylic 20 4) Electronic-cuttable 21 5) Coated with a transparent, pressure sensitive adhesive 22 6) Have a removable synthetic liner – paper liner is not acceptable 23 d. Film colors can include yellow, green, blue, brown, red, and orange. 24 2. Non-reflective vinyl film 25 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 26 for permanent signing. The film shall be equal to or better than 3M Scotchcal 27 ElectroCut Film Series 7725. 28 b. Film shall be: 29 1) Durable 30 2) 2 mil opaque cast vinyl 31 3) Coated with a transparent, pressure-sensitive adhesive 32 4) Have a removable synthetic liner – paper line is not acceptable 33 c. Film colors can include yellow, green, blue, brown, red, and orange. 34 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 35 a. Be combined with other components for permanent signing 36 b. Typically be an unmetallized microprismatic lens retroreflective element 37 material 38 c. Have a smooth outer surface that essentially has the property of the 39 retroreflector over its entire surface 40 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 41 other preparation for the adhesion to smooth, clean surfaces. 42 d. Be equal to or better than 3M Series 3930 43 e. Be of colors including white, yellow, green, red, blue, and brown 44 4. Super-high efficiency full cube retroreflective sheeting with pressure sensitive 45 adhesive shall: 46 a. Be combined with other components for permanent signing 47 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 b. Be a super-high efficiency, full cube retroreflective sheeting having the highest 1 retroreflectivity characteristics at medium and short road distances. 2 c. Typically be a microprismatic retroreflective element material 3 d. Have a smooth outer surface that essentially has the property of retroreflector 4 over its entire surface 5 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 6 other preparation for adhesion to smooth, clean surfaces. 7 e. Be equal to or better than 3M Series 4000 8 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 9 yellow, fluorescent yellow green, and fluorescent orange 10 D. Telescoping Steel Sign Post 11 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 12 Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 13 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 14 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 15 the corner prior to receiving a triple coat protection of inline hot-dipped, galvanized 16 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 17 conversion coating and a cross-linked polyurethane acrylic exterior coating. 18 4. The interior shall receive a double coat of zinc based organic coating, tested in 19 accordance with ASTM B-117-09. 20 E. Hardware 21 1. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, 22 washers, lock washers, screws, and other sign assembly hardware. 23 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 FABRICATION 31 A. Sign blanks 32 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 33 of buckles, warps, burrs, dents, cockles, or other defects. 34 2. Do not splice individual extruded aluminum panel. 35 3. Complete the fabrication of sign blanks, including the cutting and drilling or 36 punching of holes, before cleaning and degreasing. 37 4. After cleaning and degreasing, ensure that the substrate does not come into contact 38 with grease, oils, or other contaminants before the application of the reflective 39 sheeting. 40 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 B. Sign sheeting 1 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 2 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 3 the sheeting manufacturer. 4 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 5 manner as the sign panel face. 6 4. Minimize the number of splices in the sheeting. 7 5. Overlap the lap-splices by at least 1/4 inch. 8 6. Provide a 1-foot minimum dimension for any piece of sheeting. 9 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 10 transparent films. 11 C. Sign messages 12 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 13 2. Use sign message material from the same manufacturer for the entire message of a 14 sign. 15 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 16 color and reflectivity. 17 4. Prevent runs, sags, and voids. 18 D. Telescoping steel sign posts 19 1. Permissible variation in straightness is 1/16 inch in 3 feet. 20 2. Tolerances are on the outside size. 21 Measurements for outside dimensions shall be made at least 2 inches from end of 22 tube. 23 24 Nominal Outside Dimensions (inches) Outside Tolerance at all Side Corners (inches) 1 ½ X 1 ½ ±0.006 1 ¾ X 1 ¾ ±0.008 2 X 2 ±0.008 2 ¼ X 2 ¼ ±0.010 2 ½ X 2 ½ ±0.010 25 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 26 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the 27 specific size determined at the corner. 28 5. Squareness of Sides and Twist 29 30 31 32 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 Nominal Outside Dimensions (inches) Squareness Tolerance (inches) Twist Permissible in 3 inches Lengths (inches) 1 ½ X 1 ½ ±0.009 0.050 1 ¾ X 1 ¾ ±0.010 0.062 2 X 2 ±0.012 0.062 2 ¼ X 2 ¼ ±0.014 0.062 2 ½ X 2 ½ ±0.015 0.075 1 6. All top posts must be capable of fracturing at the point of connection with a single 2 anchor, when impacted, in such a manner that the piece inside of the anchor can be 3 removed so as to allow the anchor to receive a new top post. 4 7. The shape of all posts and anchors shall be square and straight with smooth tubing 5 welded in one corner with a tolerance that permits telescoping of the next larger or 6 small size, in ¼-inch increments. 7 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch 8 diameter on 1-inch centers for at least the top 4 inches of the anchor while being 9 truly aligned in the center of the section. 10 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1-11 inch centers for the entire length of the post and truly aligned in the center of 12 section. 13 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING 20 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 21 manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, 22 oil, dirt, smears, streaks, finger marks, and other foreign material. 23 B. Wash again before final inspection after erection. 24 34 41 30 - 10 ALUMINUM SIGNS AND SIGN POSTS Page 10 of 10 CITY OF FORT WORTH Bridgeview – Phase 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102357 Revised November 12, 2013 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item 7