Loading...
HomeMy WebLinkAboutContract 54485-PM1CSC No. 54485-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 102796 2evised Maroh 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECI�[CATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modiSed by the �ngineer specifically for this Project; hard copies are included in the Project's Contract Documents ,.�.�.,.�z_... , - , - • IEfis Division 03 - Concrete I►�Tta None None Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPEA AWARDED PROJECTS City Projec[ No. 102796 2evised March 20, 2020 00 00 00 STANDA2D CONSTRUCT[ON SPBCI�ICATION DOCUMENTS Page 3 of 8 Division 33 - Utilities Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONST2UCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. I02796 Revised March 2Q 2020 00 00 00 STANllARD CONSTROCTION SPECIFICATION DOWMENTS Page 4 of 8 Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPP:CIPICATION DOCUMENTS — DEVBLOPER AWARDED PROJECTS City Project No. 102796 2evised March 2Q 2020 00 00 00 STANDA2D CONSIRUCTION SPEC[FICATION DOCOMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: h ttp: //forrivorthtexa s. eov/tpw/cont ractors/ or https: //a nas.forhvorthtexas.¢ov/Proi ectResources/ 02 41 14 02 41 15 - Existin Canditions Selective Site Demolition Last Revise 12/20/2012 12/20/2012 02/02/2016 Division 03 - Concrete ,. . :0 Fi��.�T,e,��� � Fi�L7t� � : • • - �c����r _—_—_°"—_'-�s� � �—' � �•1�11�i�e 1 1 Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Projecl No. 102796 Revised March 2Q 2020 Division 33 - Utilities 33 O1 30 Sewer 33 01 31 Closed � � 33 04 50 Cleanin of Sewer Mains 33 OS 10 Uit�,i,lity Trench Excavatio� Z'S�S 1') .-`Tai.« r :..c�"i�mc-nv,rr � c1:��� — Cast Iron 33 OS 14 0 � 0 0 1 1 33-�-� -1-1 33 11 12 Fie�.s � � ftYif1I1Z� er�0 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 �ca' '�r�! � � � ��in<���ni� 12/20/2012 12/12/2016 7/1��/7n17 O 1/22/2016 nin�ronnu 12/20/2012 , � r���i�n, � ion�znni� ian�n ,1zionio �i�sara r�sj '''� __'"_"°-�s� � m� � � m. �r'�r;` 0 0 Er?�y,s� 0 Oak 2idge Phase 2 Offsi[e Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECTS City Project No. 102796 Revised March 20, 2020 00 00 00 STANDARD CONST2UCTION SPEC[FICATION DOCUMENTS Page 6 of 8 00 00 00 STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Page 7 of 8 Oak Ridge Phase 2 Offsite Sanitary Sewer STANDA2DCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJEC'IS CityProjecWal02796 Revised Mamh 20, 2020 00 00 00 STANDARD CONSTRUC"CION SPECIFICATION DOCUMENTS Page 8 of 8 .. . �, '' - - • - _ �. .1 11 �� END OF SECTION Oak Ridge Phase 2 Offsite Sanitary Sewer STANDA2DCONSTRUCTIONSPECIPICATIONDOCUMENTS—DEVELOPERAWARDBDPROJECTS CityProjectNal02796 Revised March 2Q 2020 UOJ2Jl �AP-BI�PROPOSAL Pa6e I of I SECTION 00 42 43 Developer Awarded Projecls- PROPOSAL FORM UNIT PRICE BID Bidder's Application Bid 1'otal Coustructian This Bid is sn6mitted by the entity named hclow: BIDDER: BY: Charles A. Muoney Gilco Contrxctiug, Inc %� '7��/� 6331 Soulhwest Blvd. („� i�r�dB�.. Benbrooly Texas 76132 1'1'PLE; COI1�i8C� M8i189B De1Te: H/Z5�ZO2O Contractor agrees to complete NORK for FINAL ACCEPTANCE within 30 working Jays affer the date when the CONTRACT commences to run as provided in the Generxl Conditions. END OF SECTION CffY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM[NTS -OEV[LOPER A\4AR�ED PROJECTS Foim Version My' 22, 20t9 00 J2 J3_6id Pmpos� DAP PAVMG vls ooasii-i BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis oFthe contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March l4 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 19 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Casli Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial StaYements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Fotmation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 28 number visit the Texas Comptroller of Public Aceounts online at the 29 following web address www.window state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The fi�m's DiJNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DL1NS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Fixancinl Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY Or CORT WORT Oak 2idge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Ciry Projec( No. /02796 Revised July I, 20l l 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting 5rm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should sYate in the audit repott or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial SYatements must be presented in U.S. dollars at the cun•ent rate 10 of exchange of the Balance Sheet da[e. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountanYs opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the CiTy 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is deteimined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalifrcation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manuFacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the solejudge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 5o c. The City will issue a letter as to the status o£the prequalification approval. CITY OF FORT WORT Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMEN'CS City Pr ject Na. l03796 Revised Iuly l, 201 I ooas�i-s B[DDERS PREQUALIrICAT(ONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT W02T Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry� Projec( No. 102796 Revised July I, 2011 00 �s �z DAY PREQ[IALIFICATION STATEMENT Pagc 1 of 1 SECTION 00 45 12 DAP—PREQUALIFICAT[ON STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work tvpe aud actual description as provided bv the Water Department for water and sewer a�d TPW for naving, Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Concrete Construction / Reconstruction Gilco Conh•acting, Inc. 1/1/2021 (Unlimited) Asphalt Construction / Reconstruction Reynold's Asphalt & Consh•uction Company 7/I/2021 (Unlimited) The undersigned hereby ceMifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Conri•acting, [nc. 6331 South West Blvd. Benbrook, TX 76132 END OF SECTION CITVOF FORT WORTH STANDqRDC�N5i0.UCTI0NPREQUALIFICHTIONSTATEMENT—OEVELOPEftAWAROEDPROIEClS 004512_PrequalificationSta[ement2015_OAP.docx Form Version Sep[ember 1, 2015 00 45 26 - 1 CONTRACT02COMPL[ANCE WITH WORKER'S COMPENSAT[ON LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Conhactor certifies that it 5 provides worker's compensa[ion insurance coverage for all of its employees employed on City 6 Project No.102796. Contractor further ce�tifies 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. 9 10 CONTRACTOR: 11 12 Gilco Contractine, Inc. 13 Company 14 15 6331 Southwest Blvd. 16 Address 17 18 Benbrook,Texas76132 19 City/State/Zip 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 � T THE STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Dale R. Gilreath , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed o£ Gilco Contractin ,� Inc•, for the pwposes and consideration therein expressed and in t�e capacity therein stated. G EN LJNDER MY HAND A1�? SEAL OF OFFICE this� � day of , 20df�. No y Public in and for the State of Texas uwq END OF SEC v"�e'� LEIA MCQUIEN �.....�� : _x,' Notary Public, Stata of Texas ?'•�`e� Comm, Ex �9�oF�`�, plres OB-28•2022 � u,,,u�` Notary ID 1254484H1 CITY OF FORT WORTH Onk Ridge Plmse 2 Ojjsire Sanilar7� Sewer SCANDALtD CONSTRUCTION SPECIFICATION DOCUM�NTS Ciry� Pr ject No. 102796 2evised April2, 2014 0o sz as - i Developer Awarded Projcct Agreement Pagc I of 4 I SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 9��202o is made by and between the 5 Developer, LGI Homes-Texas, LLC, authorized to do busmess in Texas ("Developer") , and 6 Gilco Contracting, Inc., authocized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set fo��th, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Conllact Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Oak Ridee Phase 2 Ofisite Sanitar•v Server 17 Citv Proiect No 102796 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits For Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Conh�act. 22 3.2 Final Acceptance. 23 The Work will be complete For Final Acceptance within 30 working days afrer the 24 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 25 Standard CiTy Conditions of the Construction Contract for Developer Awarded Projects. 26 33 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial toss if the Rlork is not completed within the times specified 'ui 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Conhactor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agees 34 Yhat as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hamdred Dollars ($500.00) for each day thaY expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF F02T WORTH Oak Ridge Phase 2 Offsitc Sanitary Sewer STANDA2DCONS'P2UCTIONSPECIPICATIONDOCUMENTS—DEVBLOPERAWARDEDPROJECTS Ciry�PrajectNo./02796 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 Eielitv-Four Thousand Tluee Hundred Twenty-Five 41 And 00/100 Dollars ($84,325.00). 42 Article 5. CONTRACT DOCUM�NTS 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: 4G 1. This Agreement. 47 2. Attachments to this Agreement 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 a� c...«,. ,...a v,.a,...,.i a ................ i..,,,,;,.,.... ,.,.:r.�i 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 £ Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 t, xnoc ,...ai.... enn �,....,...,•..., ... n,...... irr..,.,...:..va� 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a pu�t of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the ProjecYs Contract Documents. 65 66 67 68 69 70 71 72 73 74 75 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 pait of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDA[tDCONS11tUCTIONSPECIFICATION�OCUMEN"iS—DEVELOPERAWARD6DPROIECTS Ciq�Po�ojectNo./02796 Revised June 16, 2016 oosza3-s Developer Awarded Project Agreement Page 3 of 4 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 GZ3 99 100 Article 6. IND�MNIFICATION 61 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 c►aims arising out of, or alleged to arise out of, the work and services to be perFormed by the contractor, its oSCicers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to onerate and be effective even if it is alleeed or nroven that all or some of the damases beina souaht were caused, in whole a• in part, bv anv act, omission or nealieence af the citv. This indemnity provision is intended to include, without Iimitation, indemnity for costs, expenses 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 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 af, or alleged to arise out of, the worlc and services ta be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is speci6callv intended to operate and be etfective even if it is alleeed or proven that all or some af the damaees bein2 soueht were caused, in whole or in part, bv anv act, omission or neeli2ence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. ]02 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 73 Successors and Assigns. 1�5 Developer and Contractor each binds itself, its pai4ners, successors, assigns and legal 106 representatives to the other pa�ty hereto, in respect to all covenants, agreements and 107 obligaYions contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or put of the Contract Documents held to be unconstitutional, void or ll0 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all lll 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 Tanant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FOR7' WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STAIJDARD CONSTRUCTION SPEC[FICATION DOCUMBNTS — DEVELOPE2 AWARDBD PROJECTS Cip� Projec( No. 102796 Revised June 16, 2016 005243-4 Dcveloper Awarded Prqect Agreement Page 4 of 4 117 L[B: 119 120 121 122 l23 124 125 126 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN V✓ITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterpaits. This Agreement is effective as of the last date signed by the Pai4ies ("Effective Date"). Title: President Company Name: Gilco Contracting, Inc. Address: 6331 Southwest Blvd. City/State/Zip: BENBROOK, TEXAS 76132 Developer: LGI Homes-Texas, LLC �� r—� » BY: �� ��^ (Signature) Elaine Torres (Printed Name) Title: Officer Company name: LG[ Homes Texas, LLC Address: 1450 Lake Robbins Drive, Suite 430 City/State/Zip: The Woodlands, TX 77380 q/L0 �zbzo Date Date 127 CITY OF FOR7' WORTH Oak Ridgc Phase 2 Offsite Sanitary Sewer STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROIECTS CityProjec(No./02796 Reviscd June 16,2016 Bond #022228787 00 62 13 - I PERP02MANCEBOND Yage I af2 2 3 4 5 6 7 8 9 10 ll 12 13 14 l5 I6 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 SECTION 00 62 13 PERFORMANCEBOND THE STATE OF T�XAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § That we, Gilco Contracting, Ina Irnown as "PrincipaP' herein and Liberty Mutual Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of 1'exas, known as "Surery" herein (whether one or more), are held and firmly bound unto the Developer, LGI Homes-Texas, LLC, authorized to do business in Texas ("Developer") and the Ciry of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Ei�htv-Pour'Chousand Three Hundred Twenty-i'ive And 00/100 Dollars ($84.325.00), lawful money of the United States, to be paid in Fort Wo�4h, Tarrant Counry, Texas for the payment of which sum well and t�vly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, joi��tly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the consG�uction of communiry facilities in the City of Port Worth by and through a Community Facilities Agreement, CFA Number CFA 20-0082; and WHER�AS, the Principal has entered into a cer[ain written contract with the Developer awarded the Z'� day of SEPTEMBER , 20 20, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to fumish all materials, equipment labor and other accessories defined by law, in the prosecution of the Worl<, including any Change Orders, as provided for in said Contract designated as Ouk Ridge Phase 2 O[f.'rile Srmitar � Sl etiver. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under Che Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to Yhe plans, specifications, and contract documents therein referred to, and as well during a�ry period of extension of the ConGact Chat may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OI' �OR'f WOR'1'H STANDARD CI7'Y COND1TlONS—DCVL'LOPER AWARDED PROJECTS Reviscd lanuaiy 71, 2012 Onk Ridge Phnse 2 Offsi�e Sanirory Se�oer Ciry� Projecl No. 10279G 006213-2 PERFORMANCEBOND Page 2 a(2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 3 4 5 6 7 8 Tarrant Cow�ty, Texas or the United States District Court for the Northern District of Texas, Fort Worth Divisian. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas GovernmenY Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instruinent by duly authorized agents and officers on this the 23"O day of 9 SEPttMBiK , 20 20 . ]0 11 12 13 14 IS 16 A7'T'ST: 17 �� �`�� �����I `�.) v� is,,—� �x �a--�=— 19 (Principal) Secretary 20 21 22 ) 23 � �— 24 !�; ,.�-- . 25 Witness as to Principal (� 26 27 28 29 30 31 32 33 34 35 36 38 � ������� � . 39 Witness as to Si�rety 40 4I Address: 633] SouthwestBivd. Benbroolc Texas76132 SURETY: Liberty Mutual Insurance Company BY: � Signa[ure Sopliinie Hunter, Attorney-In-Fac: Name and Tide Address: Z200 Renaissance Blvd, Suite 400 mg o Pruss�a, P Telephone Number: 214-989-0000 42 *Note: If signcd by an officer of the Surety Company, there must be on file a cer[ified extract 43 from the by-Iaws showing that this person has authority to sign such obligation. If 44 Surety's physical address is different from its mailing address, both must be provided. 45 4G The date of the bond shall not be prior to the date the Conh act is awarded. CI'fY OF PORT WORTFI Onk Xidge Phnse 2 Off.sile Smiila�� 5'emer S"CANDARD CITY CONDITtONS — DEVELOPER AWARDED PROJECTS Ciq� R�ojecl No. l02796 Revised January 31, 2012 Name and Title Bond #022228787 00 b2 14 - I PAyMENTBOND Page I af2 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 fi2 14 PAYMENT BOND � § KNOW ALL BY THESE PRESENT5: § R That we, Gilco Contractin�, Inc. known as "Principal" herein, 9 and Liberry Mutual Insurance Company , a corporate surety (or 10 sureties if more than one), duly authorized to do business in the State of Texas, known as II "Surety" herein (whether one or more), are held and firmly bound unto the Developer, LGI 12 Homes-Texas, LLC, authorized to do business in Texas "(Developer"), and the City of Fort 13 Worth, a Texas municipal corporation ("City"), in the penal sum of Gi�>hh�-Fo�ir'fhousand Threc 14 Hundred l'i�ventv-Fiv� and 00/100 Dollars ($84,325.00), lawful money of the United States, to be l5 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made I6 jointly unto the Developer and the City as dual obligees, we bind ourselves, om heirs, executors, 17 administrators, successors and assigns,jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreeme�t for the construction of 19 commm�ity facilities in the City of Fort Worth, by and through a Community Pacilities 20 Agreement, CFA Number CPA 20-0082; and 21 WH�RFAS, Principal has entered inCo a certain written Contract with Developer, 22 awarded the 23RD day of �EPttM6Ert , 20 20 , which ConCract is hereby 23 refened to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Worl< as provided for in said Contract and designzted as Onk RidQe Pbuse � O(fsiie Sanilaiv 26 Seroi�er 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 beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work undcr 3o the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OP �ORT W OR'fH Oak Ridge Phnse 2 Off.site Srmfruiy Se�ver STANDARD CITY CONDI'I�IONS — DEVELOPEIi AWARDED PROJRCTS Ciry� Pi� jecl No. 10279G Revised January 31, 2012 ooez ia-z PAYMENTBONU Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 3 4 Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNGD and SEALED 5 this instrument by duly authorized agents and officers on this the 23tD day of 6 7 8 9 10 I1 12 13 14 IS I6 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 9tvrema�r� , 20 20 ATTGST: �� )�Sl�, ��y , ��, (Pr7ncipal) Secretaiy � � l,•� �-� �t�}�_ WiGiess as to Principal ,_ Address 6331 Southwest Blvd. Benbrool<. Texas 76132 SURETY: Liberty Mutual Insurance Company BY: Lu Si nature Sophinie Hunter, Attorney-In-Fact Name and Titic Address: Zz00 Renaissance Blvd, Suite 400 King of Prussia, PA 19406 �\\ � � � � \ ' iess as to SureTy Telephone Number: 214-989-0000 Note: Tf signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. if Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior Co the date the Contract is awarded. �ND OF SECTION CITY OF FORT WORTH O�ik XiAge Phnse 2 Off,Ule Soni�m�� Semer STANDARD CITY CONDITIONS — DBVELOPBR AWARDGD PROJECI'S Cip� ProjecWo. 101796 Recfscd Jamiary 31, 2012 Bond #022228787 006219-I MAMTBNANCG ROND Pagc I oF3 �YDC�11Y[0►[QIIYi�� 2 3 4 5 6 7 8 9 10 I 12 13 14 IS 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 MAINTENANCE BOND THE STAT� OF TEXAS COUNTY OF TARI2ANT § § KNOW ALL BY THI:SIC PRESENTS: § That we Gilco ContractinQ, Tnc. known as "Principal" herein and Liberry Mutual Insurance Company , a coiporate sorety (sureties, if more than one) duly authorized to do business in the State of Texas, I<nown as "Surety" herein (whether one or more), are held and firmly bound unto the Develope��, LGI Homes-Texas, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of F_i�li�-Pour T'housand Three Hundred Twent}�_I=ive a��d QO/ 100 Dollars ($84,325.00), lawful money of the United States, to be paid in Fort Wo�th, Tarrant County, Texas, for payment of which sum well and duly be made jointly unto the Developer and the City as dual obligees and their successors, we bind omselves, our heirs, executors, administrators, successors and assigns, joindy and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of communiCy facilities in the City of Fort Worth by and through a Commm�iry Facilities Agrcement, CFA Number CFA 20-0082; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 23"'D day of SePtE�+'�9 E2 , 20 Zo , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Worlc resulting fi�om a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Onk Ridqe Phase 2 O(lsite Sani7ary Serover; and WHER�AS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents ChaC the Worl< is and will remain fi•ee fi•om defects in materials or woiiananship for and during the period of two (2) years after the date of Final AccepCance of the Work by the Ciry ("Maintenance Period"); and CITY OP �OR'I� WORTH STANDARD CI'IY CONDITIONS— DEVELOP6R AWARDGD PROIEC"fS Revfsed Janm�ry 31, 2012 Onk Ridge P/mse l O� i�e Snni�m7� Semer Ciry�ProjecrNo. 102796 006219-2 MAMTENANC600ND Page 2 of 3 I WHEREAS, Principal binds itself to repair or reconst�uct the VJork in whole or in pait 2 upon receiving notice from the Developer and/or City of [he need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFOliE, tl�e condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 l0 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely (1 noticed defective Work, it is agreed that the Developer or City may cause any and aIl such 12 defective Work to be repaired and/or reconsUucted with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and l4 I S PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in t6 Tarrant County, Texas or the United States District Court for tl�e Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recove�ies may be had hereon for successive breaches. 21 22 23 C1TY OF FORT W ORTH Ouk RIAge Plmse 2 Offsi(e Sa�i�m�� Semer 59�ANDARU CITY CONDI7lONS—DEV6LOPER AWARDED PROIHCTS Ciq� Pr jeG No. 102796 Rcvised January 31, 2012 006219-3 MAINTBNANCB BOND Page 3 of 3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNCD and SEALED this 2 instrwnent by duly authorized agents and officers on this the 23R0 day of 3 SLPTfcv�t8e2 , 20 2� . a 5 6 7 8 9 10 I1 ATTES '_�.., 13 \ ��� � � .� �� 1 �J v _A 14 (Principal) Se �ef. ry 15 I6 17 I8 � 19 ���t� 20 Witness as to PrilYcipal � 21 22 23 24 25 26 27 28 29 30 31 32 33 ^ 34 35 Witness as to Surety 36 Address: 6631 South West Blvd Benbrook,TX 76132 SURETY: Liberty Mutual Insurance Company BY: � "/ /LG/�� -- Si nature Sopl�inie Hunter, Attorney-In-Fact Name and Title Address: 2z00 Renaissance Blvd, Suite 400 ICmg of Prussia, PA 19406 Telephane Number: 214-989-0000 37 *Note: If signed by an officer of the Surety Company, there must be on file a cerCified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 7'he date of the bond shall �rot be prior to the date the Contract is awarded. CI'IY OF PORT WOR'fH Onk Ridge Phase 2 O� i!e Sanlimp S'eiver S'fANDARD CITY CONDITIONS—DGVCLOPER AWARDGD PROJECTS Cip� Pr ject No. /02796 Rcvised Januap�31,2012 Name and Title � � a�I� f� ` Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company f1�I1��1�;��13�i�iT7.1�1 Certifcate No: 8200743 KNOWN AlL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corpora6on duly organized under ihe laws of ihe State of New Hampshire, that Liberty MuWai Insurance Company is a corporation duly organized under ihe laws of ihe Slate o( Massachuse��s, and WestAmerican Insurance Company is a corporation duly organized under ihe iaws of the S�ate of Indiana (herein colleclively called the "Companies"), pursuant to and by aulhority herein set fodh, does hereby name, constiWte and appoint, Robbi Mornles Don E, Cornell Sophinie Hunter, Tina McEvan, Tonie Petranek, Ricardo 1 Reyna, Joshua Saunders, Keliy A. Wes[brook execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undeAakings, bonds, recognizances and other surely obligations, in pursuance of these presenls and shall be as binding upon the Companies as if ihey have been duly signed by ihe presidenl and attested by the secretary of the Companies in iheir own proper persons. IN WITNESS WHEREOF, Ihis Power of Attorney has been subscribed by an aulhorizetl oKcer or oKcial of the Companies and lhe corporate seals of the Companies have been aKxed iheretothis 19th dayof Mamh , 2019 . Liberty Mutual Insurance Company � WSUq �SY INSU NWsuR9 TheOhioCasualtylnsuranceCompany jP w,oti� P�P �m'�yy �P ey� WeslAmericanlnsuranceCompany 1912 " 1919 � �1991� 9 � 0 o m � � =�o =�oavo Q oaroxqr d 9ssaPo a3 yQ �MnMP ��p�a�� Y�HDi NP a3 A'� e!,v��Nr,. dg�� °*°s*aa �y1 * sh�a S�M • ti�d BY' � IlaviA M (:�rPv Accictant Sarrctary � c a �ountyofMONTGOMERY ss � c Dn Ihis 19th day of March , 2019 before me personally appeared �avitl M. Carey, who acknowiedged himsel(lo be the Assistant Secretary of LibeRy Mutual Insurence o Company, The Ohio Casualty Company, and Wesf American Insurance Company, and ihat he, as such, being authorized so to do, execute ihe foregoinq insdument for ihe purposes =� Iherein conlained by signing on behalf of fhe corporations by himself as a duly authorized officer. ct0i W IN WITNESS WHEREOF, I have hereunto subscribed my name and aKxed my notariai seal at King of Pmssia, Pennsylvania, on �he day and year first above written. � o ati �., �� (.�'� ,-4 �,\ GOMMONWEALTN OF PENNSYLVANIA Q � N I' S I � J� Da T aP � II N yP�iblic q�/��� Atr�; f � Upp M nonT p. M g meryCounty BY: �`^"'^�'� Q� ti �ny c �s:� t P Ma«�� ze.zoxi eresa Pastella, Nota Public 3� 4,rF�t,.;.t?:... . rn�m��:.ve��,ss��A�mr�s�aaoo�oiHo:�as ao ti dRv P?� � �� This Power of Attorney is made and executed pursuant to and by auihority of Ihe following By-laws and Aulhorizalions of The Ohio Casua�ty Insurance Company, Liberty Mutual w � Insurance Company, and West American Insurance Companywhich resolutions are now in full face and eNect reatlinq as foilows: o� ARTICLE IV - OFFICERS: Secfion 12. Power of Altomey. �.� Any officer or olher official o( the Corporation aulhorized for ihat purpose in wri6ng by the Chairman or the President, and subject io such iimitafion as ihe Chairman or ihe @� Presidenl may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behai( of ihe Corporation to make, execute, seal, acknowiedge and deliver as surety > o any and all undedakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, su6ject to ihe limitations set (orih in iheir respective powers of attomey, shall s N have fWI power to bind fhe Corporation by their signaWre and ezecution of any such insirumenis and to altach ihereto the seal of Ue Corporation. When so executed, such '" 00 insVuments shall be as binding as if signed by �he President and attested lo by Ihe Secretary. Any power or authority granted to any representative or attomey�in-fact under ihe � M provisions of this adicle may be revoked at any time by the Board, ihe Chairmaq the Presidenl or by ihe oKcer or oKcers grenting such power or authority. o o ARTICLE XIII - Execution of Contracts: Secfion 5. Surety Bonds and Undedakings. �� � Any oKcer of Ue Company authorized for lhat purpose in writing 6y ihe chairman or the presideM, and subject lo such limitalions as Ihe chairman or the presidenl may prescribe, h � shall appoint such attorneys-in-fact, as may be necessary to acl in behalf of Ue Company !o make, exeate, seal, acknowledqe and deliver as surety any and all undedakings, bonds, recognizances and olher surety obligations. Such attomeys-in-fact subject lo the limitations set forlh in their respective powers of attorney, shall have full power to bind the Company by Ueir signaWre and execution of any such instrumenls and to attach ihereto the seal of ihe Company. When so executed such insimmenis shall be as binding as if signed by Ihe president and attested by ihe secretary. Cenificale of Designatian-The President of ihe Company, acting pursuant to ihe Bylaws of the Company, auihorizes David M. Carey, Assistant Secretary to appoinl such aftomeys-in- fact as may be necessary to act on behalf of the Company to make, exeate, seal, acknowiedge and deliver as surety any and all undeAakings, bonds, recognizances and oUer surety obiigations. Authorization - By wanimous consent of the Company s Board of Directors, ihe Company consents that facsimile or mechanically reprotluced signaWre of any assistant secretary o( lhe Company, wherever appearing upon a cedifed copy of any power of attomey issued hy the Company in connection wi�h surely bonds, shall be valid and bintling upon ihe Company with U�e same force and effect as though manually affixed. i, Renee Q Lleweilyn, the undersigned, Assistanl Secrelary, The Ohio Casualty Insurance Company, Liberty MuWal Insurance Company, and West American Insurance Company do hereby ceAi(y lhat the originai power of attomey of which the foregoing is a full, Vue and correct copy of the Power of Attomey exeated by said Companies, is in fuii force and effect and hasnotheen revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affxed the seals o(said Companies this 15th day of September , 2020 . fJ�opPo 9R�2m Y s�s� 9„ 2 0 b � a3 ma� * *�a This Power of Attorney limits the aclt of those named herein, and they have no authmity to bind the Company except in Ihe manner and to Ihe extent herein stated. uJp'�oavoaqeR9y � prSUR�9 = m `P 1r 2n /� �,y . oA o 1919 � � 41991 o e ; u�r,G•�y'--• yO �'"xnMvs xm,.° d 3 Y �H1 * *Nda �S�M°!a"F�dD ReneeQLlewellyn,AssistantSecretary LMS-12813LMICOCICWAICMUItiCo W2018 � � . . ��� �► ` t .- TEXAS IMPORTANT NOTICE To obtain information or mal<e a complaint: You may call toll-free for information or to mal<e a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Departuient of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1A) P. O. Box 149091 A�istin, TX 78714-909] FAX: (512) 490-1007 Web: http://www.tdi.texas.eov E-mail: ConsumerProtection(cDYdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. Ifthe dispute is not resolved, you may contact the "I'exas Deparfinent of Insurance. ATTACH 1'HIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al nutnero de telefono gratis para infortnacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Segw•os de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al I-800-252-3439 Puede escribir al Departamento de Segwros de Texas Consumer Protection (1 ll-lA) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httu•//www.tdi.texas.eov E-maiL• ConsumerProtection(co�tdi texas.�ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA �STE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convie��te en pa��te o condicion del documento adjunto. NP70680901 LMS-152sz ialt5 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OP FORT W021'H STANDARD CITY CONDiTIONS — DEVELOPER AWARDED PROJF.CTS Revised: Sanuary I Q 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1— Definitions and Terminology ..................................................... 1.01 Defined Terms .......................................................................... 1.02 Terminology ............................................................................. Article 2 — Preliminary Matters .................................................................... 2.01 Before Starting Construction ................................................... 2.02 Preconsh•uction Conference ..................................................... 2.03 Public Meeting ......................................................................... At-ticle 3-- Contract Documents and Amending ............................. 3.01 Reference Standards ................................................... 3.02 Amending and Supplementing Contract Documents Article 4— Bonds and Insm�ance ..................................................................... 4.01 Licensed Sureties and Insurers ................................................... 4.02 Performance, Payment, and Maintenance Bonds ...................... 4.03 Certificates of Insw�ance ............................................................. 4.04 Contractor's Insurance ................................................................ 4.05 Acceptance of Bonds and Insurance; Option to Replace........... Article 5 — Contractor's Responsibilities ..................................................................... 5.01 Supetvision and Superintendent .............................................................. 5.02 Labor; Worlcing Hours ............................................................................. 5.03 Services, Materials, and Equipment ........................................................ 5.04 Project Schedule ....................................................................................... 5.05 Substitutes and "Or-Equals" .................................................................... 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontt�actors).. 5.07 Concerning Subconh•actors, Suppliers, and Others ................................ 5.08 Wage Rates ............................................................................................... 5.09 Patent Fees and Royalties ........................................................................ 5.10 Laws and Regulations .............................................................................. 5.11 Use of Site and Other Areas .................................................................... 5.12 Record Documents ................................................................................... 5.13 Safety and Protection ............................................................................... 5.14 Safety RepresentaCive .............................................................................. 5.15 Hazard Communication Programs .......................................................... 5.16 Submittals ................................................................................................. 5.17 Contractoi's General Warranty and Guarantee ....................................... ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ ........................ Page ...1 ...1 ... 5 ... 6 ... 6 ... 6 ... 6 ... 6 ... 6 ... 6 ......... 7 ......... 7 ......... 7 ......... 7 ......... 9 .......12 ...........12 ...........12 ...........13 ...........13 ...........14 ...........14 ...........16 ...........16 ...........18 ...........19 ...........19 ...........19 ...........20 ...........21 ...........21 ...........22 ...........22 ...........23 C[TY OF �ORT W02TH S'CANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJEC'CS Revised: Sanuary 10, 2013 5.18 Indemnification ............................................ 5.19 Delegatiou of Professional Design Services 5.20 Right to Audit : .............................................. 5.21 Nondiscrimination ......................................... Article 6- Other Work at the Site .................... 6.01 Related Worlc at Site .................... Article 7 - City's Responsibilities .......................................................................................... 7.01 Inspections, Tests, and Approvals ..................................................................... 7.02 Limitations on Ciry's Responsibilities .............................................................. 7.03 Compliance with Safery Program ...................................................................... ......................... 24 ......................... 24 ......................... 25 ......................... 25 ......................... 26 ......................... 26 ......................... 26 ......................... 26 ......................... 26 ......................... 27 Article 8- City's Observation Status During Construction ...........................................................................27 8.01 City's Project Representative ..................................................................................................... 27 8.02 Authorized Variations in Work ..................................................................................................27 8.03 Rejecting Defective Work ..........................................................................................................27 8.04 Determinations for Work Performed ..........................................................................................28 Article9- Changes in the Work .....................................................................................................................28 9.01 Authorized Changes in the Work ...............................................................................................28 9.02 Notification to Surety ..................................................................................................................28 Article 10 - Change of Conri•act Price; Change of Contract Time 10.01 Change of Conh�act Price ............................................ 10.02 Change of Contract Time ............................................ 10.03 Delays .......................................................................... ................28 ................28 ................28 ................28 ................29 ................29 ................29 Article 11 - Tests and Inspections; Con�ection, Removal or Acceptance of Defective Work 11.01 Notice of Defects .................................................................................................. 11.02 Access to Work ..................................................................................................... 11.03 Tests and Inspections ............................................................................................ I1.04 Uncovering Work ................................................................................................. 11.05 City May Stop the Work ....................................................................................... 11.06 Correction or Removal of Defective Work ....................................:..................... 11.07 CorrectionPeriod .................................................................................................. 11.08 City May Correct Defective Work ....................................................................... Article 12 - Completion ................................................................... 12.01 Contractor's Wu•ranty of Title .................................... 12.02 PartialUtilization ......................................................... 12.03 Final Inspection ............................................................ 12.04 Final Acceptance .......................................................... Article 13 - Suspension of Work ............... 13.01 City May Suspend Work ....... Article 14 - Miscellaneous .................................................. 14.01 Giving Notice .................................................. CITY OF FORT WORTH STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS Revised: Ja�uary l0, 2013 30 30 30 30 31 32 32 32 32 33 33 33 34 34 14.02 Computation of Times .. 14.03 Cumulative Remedies... 14.04 Survival ofObligations. 14.05 Headings ........................ 34 34 35 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDGD PROIECTS Revised:Ja�uary 10,20I3 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded ProJects Page 1 oF35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defi»ed Tenns 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 capiYalized or italicized or otherwise. In addition to terms specifically defined, teims with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or farms. 1. Agreensent - 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 fi�iable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Adminish�ation. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday tru•ough Friday, except for federal or state holidays observed by the City. 4. Buzzsuw — City's on-line, elech•onic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hom�s measured from midnight to the next midnight. 6. City— The Ciry of Fort Worth, Texas, a Texas home-rule municipal co�poration, actiflg by, its governing body tlarotrgh its City Manager, his designee, or age�zts authorized pursaiant to its duly autlaortzec� char•ter• o�i his behalf. 7. Commanzity Facilities Agreement (CFA) A Contract between the Developer a�id the City for the Constyz�ction of one or more followi�zg public facilities mithin the City public right-of- way or easen2ent: Water, Sanitary Sewer, Str•eet, Sto�m Drain, Street Light, arzd Street Sig�zs. A CFA may include private facilities within the r�ight-of-way dedicated as private right-of- way o�� ease�nent on a reco��ded plat. 8. Contract—The e�atire and integrc�ted written docunaent incorporating the ContYact Documents beriveen the Developer, Conh�actor, a�id/or City concerning the Work. The Contract supersedes prior negotiations, rep��esentations, or agr�eenaents, whethe�� writtera or oral. 9. Contract Docu�nents—Those iten�s that n2ake a�p the contr°act and which �nust include the Agree�nent, and it's attacl2ments suclti as standard construction specifications, standarcl City Co�sditions, other generul conditions of the Develope�; including: a. An Agreement c�Tr oe roaT woaTx STANDARD CITY COND7'1'IONS—DEVELOPER AWARDED PROJEC7'S Revised: January IQ 2013 � 00 73 IO- 2 Standard Cily Conditions Of The Conslruction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendm• Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Cuirent Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Peiformance Bond g. Maintenance Bond h. Power of Attoiney for Bonds i. Workers Compensation Affidavit j. M WBE Commitment Forni( If required by City) k. General Conditions 1. Supplementaiy 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 ProjecYs ConU-act Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The fbllowing 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 Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. ] 0. Contractor—The individti�al or entity with w12on2 Developer has enteYed into the Agree�nent. 1 l. Day or day—A day, i�nless otherwise defi�zed, shall nzean a Calendar Dc�y. 12. Developer — An individual or entity that desires to n2ake ce�•tain in2provenaents within the City of Fort Worth 13. Druwings—That part of the Contract Docu»aents prepared or upproved by Engineer which graphically shows the scope, extent, and character of the Work to be perfo�^n2ed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed pirofessional engi�aeer or engineering firm registered in the State of Texas perfonning professio�sal services for the Developer. 15. Final Acceptance — The writte�i notice given by the City to the Develope�� and/or Contractor t72at the Worli specified in the Contract Doctt�nents has been con2pleted to the satisfactio�2 of tlse City. CITY OF FORT WORTH STANDARD CiTY COND77'IONS —DEVELOPHR AWARDBD PR07ECTS Revised: Sanuary l0, 2013 00 73 10- 3 Slandard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Fi�2al Inspectlo�a — Inspection carried o�ut by the City to verify that tT2e Contracto�^ lias completed the Worlc, and each and every part o�^ apptir�te�sance thereof, fc�lly, entirely, and iia co�2forn7mace with the Co�atract Docume�2ts. 17. Ge�tieral Reqz�ireme�ats A yart of the Corztract Doca��nents between the Developer and a Contractor. 18. Laws ancl Regulatioizs A�ay and all applicable Zaws, r�des, r•egaclations, ordi�2ances, codes, and orders of a�iy and aZl gover�ame�ztal bodies, agencies, autho��ities, and coa�Yts havi�ag jtitrisdictio�a. 19. Lier�s—Cha�ges, security i�iterests, or encacmbrances z�po�a P�•oject fttnds, real property, or pensonal prope�°ty. 20. Milestone A principal event specified in the Coiztract Documents relating to a�i intermediate Contract Time prior to Final Acceptance of the Work. 21. No�i-Participating Change Order A docLnnent, which is pr•epared for a�2d reviewed by the City, which is si�2ed by Contr^actor, and Developer, and atttl2orizes a�z acldition, deletion, or revisio�z in the YYorlc a�� an adjttshnent in the Contract Price or the Co�2tract Time, issti�ed o�z or after the Effective Date of tlze Agreement. 22. Participating Chartige Order—A document, which is prepaYed for a�zd approved by the City, wlaich is sig�2ed by Contracto�; Developei•, and Cit�� and autho��izes an additio�2, deletion, or revisio�z in the Work or an adjx�stn2eni ir� the Conh�act Price or the Contract Time, issued oTa or after the Effective Date of the Ag�•eement. 23. Plans — See def �aitian of Drawings. 24. Pi�oject Schedztle A schedatle, p��e�a��ed antl �naintained by Co�atr•actor, in accortlance with the General Reqi�ireme�ats, describing the seqc�ence mzd dz�ration of the activities compr•isirag the Co�itr•actor's plan to acconaplish the Wor]c within the Contract Ti�ne. 25. Project—The Work to be perforn2ed under the Co�stract Documents. 26. Project Representative--The authorized representative of the City who will be assigned to the Site. 27. Public Meeti�ag — An announced n2eetirsg conducted by the Developer to facilitate public participation a�ad to assist the public in gaining an infoYrned view of the Project. 28. Regzilar Working Hours — Hours begira�aing at 7:00 u.m. and ending at 6: 00 p.�n., Monday thru Friday (excluding legal holidays). 29. Saniples—P7rysical exa�nples of materials, equipment, or worhmanship that are represe�atative of so�ne po�^tio�x of the Worlc and which establish the standards by which such portion of the Worlc will be judged. CITY OF F012T WORTH STANDARD CITY WNDITIONS — DEVELOPE2 AWARDED PR07ECTS Revised: January IQ 2013 00 73 IO- 4 Standard City Conditions Of The Construction Contrect For Developer Awarded Projects Page 4 of 35 30. Scl2edztle of Submittals—fl schedtcle, preparecl a�ad maii�tained by Co�itractor, of reqttired submittals aiad the time require�nents to suppor•t scheclatled performance of i�elated co»sb^ttctio�a activities. 31. Site—Lands or• a��eas indicated i�i the Contract Docacments as being fitr�aisked by City or DevelopeN acpon whiclz the Wo��7r is to be pe��'or•med, inclti�di�sg r•ights-of-way, permits, a»d easenle��ts for access ther•eto, and sttch other lancls fiir�zished by City or Developer which are clesig�2ated fo�• the a�se of Co�atractor. 32. Specifications—That part of the Contract Docunients consisting of written reqtitirements for mute�°ials, eguipme�zt, syste�ns, standards a�ad wo�°7cmanship as ayplied to the Woriz and certai�a administrative requirenients and procedural n7atters applicable thereto. Speciftcations may be specifically �nade a pat^t of the Contract Docaiments by attach�nent or, if not attaclaed, may be incorporated by referer2ce as indicated i�a the Table of Conte�its (Division 00 00 00) of each Project. 33. Standar�d Cit�� Cortditions — That part of the Contract Documents setting forth reqaairements of the City. 34. Sz�bcontractor—An individtaal or e�2tit�� having a clirect conti�act wit7� Contr�actor or• wiih any other Subcontractor for the perforinunce of a pa��t of the Wo��k at the Site. 35. Sttbmittals All drawi��gs, diagrmns, illatstrations, schedules, and other data or infor•matio�i which are specifically prepared or assembled by or for Conlractor and s�abmitted by Contractor to illust�^ate son2e poriion of tlze Wor7i 36. Superintendent — The representative of the Co�2tractor who is available at all tinaes and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplenaentary Co�2ditio�as—That part of tlae Cont�^act Documents tivlaic7a arnends or supplements the General Conditions. 38. Supplier—A manufactu��er, fabricato��, supplier, distribaitor, materialnzan, o�� verzdor hnving a direct contract with Contractor or with any Subcontractor to furnish naate��ials or equipment to be incorporated in the Work by Conh�actor or Subcontractor. 39. Underground Facilities All a�nderground pipelines, conduits, daacts, cables, wires, »ianholee, vaults, tanl�s, tc�nnels, or other such facilities or attachments, and any encasements containing such facilities, including ba�t �sot limited to, those that convey electricity, gases, steam, liquid pehroleuna products, telephone or otTier comneuizications, cable television, water, wastewater, storm wuter, other liquids oY cheniicals, or truffic or other control systents. 40. Weekend Working Hours — Hours begin�zing at 9.•00 a. rn. and ending at S: 00 p. �n., Satz�rday, Sunday or legal lioliday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITiONS — DEVELOPER AWARDF?D PROJECTS Revised: January 10, 2013 00 73 10- 5 Standard City Conditions O( The Conshuction Contract For Developer Awarded Projects Page 5 of 35 41. Worlc—The e�atire constrtcctio�a or t]ze variozrs separately identiftable parts ther•eof reguz�•ed to be provided etnde�� the Contract Docunae�2ts. Worlc incla�des and is the result of perfo���ning or provicling all labor, services, and doca�mentation �2ecessary to prodc�ce sa�ch constrttction inclttding any Participating Ch�a�age Order, Non-Participating Claange Orcle��, or� Field Or•der, and fiir�nis12ir2g, installing, a�xd i�zcorporatn2g all mater•ials aracl eqttip�nent into such constrLtctio�z, all as required by tlie Cont�^act Docunaents. 42. Wo��7ci�ag Day — A working day is defined as a day, not including Satcirdays, 5undays, o�^ legal holidays authorized by the City for• co�2tract pur�oses, in tivhich weather or other conditio�is izot �under the co�ztr^ol of t7ze Co»�tractor wi11 permit t7ae performa�2ce of the prir2cipal u�zit of woriz undertivay for a conti�zuoa�s period of not less t]zan 7 hozers betweei2 7 a.m�. and 6p.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, haue the indicated meaning. B. Defective: L The word "defective," when modifying Che word "Work," refers to Work that is unsatisfaetory, faulty, or deficient in tl�at it: a, does not conform to the Conh•act Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Conri•act Documents; or c. has been damaged prior to City's written acceptance. C. Facr•nish, bistall, Perforrrt, Provide.• 1. The word "Furnish" or the word "InstalP' ar the word "Perform" or tl�e word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incoiporating in the Work including all necessary labor, materials, equipinent, and eveiything necessary to perfoiYn the Work indicated, unless specifically liinited in the context used. D. Unless stated otheitivise in the Conh-act Documents, words or phrases that have a well-known technical or const�uction industiy or h�ade meaning are used in the Contract Documents in accordance with such recognized meaning. C1TY OF FORT WORTH STANDARD CI'PY CONDITIONS—DEVELOPF.R AWARUED PR07ECTS Revised: January I0, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Co�zst��acction Baseli�ze Sc7aedules: Submit to City in accordance witlz the Conri�act Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Partieipating Change Orders occur. 2.02 Pr•econstrtictioT2 Co� fer•ence Before any Work at the Site is staited, the Contractor shall attend a Preconsriuction Conference as specified in the Contract Documents. 2.03 Pzcblic Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractot� attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUIV�NTS AND AMENDING 3.01 Reference Standarcls A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any Cechnical 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 aC the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or inshuction shall be effective to assign to City, or any of its officers, dit�ectors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfoimance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Anae�zding and Supple�nenting Co�atvact Doca��nents A. The Conh�act Docmnents may be amended to provide for additions, deletions, and revisions in the Work or to modify the teims 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 Woiic 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; ciTY or roar wo�t7 H STANDARD CITY CONDTT[ONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 20t3 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineei's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. Ciry's written interpretaCion or clarification. ARTICLE 4— BONDS AND INSURANCE 4.01 Licensed Sureties ancllnsa�rers All bonds and insurance required by the Contract Documents to be purchased and mainYained by Contractor shall be obtained from surery 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 sw•ety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 PerfoNmance, Payment, m2cl Maintenance Bo�sc�s A. Conh•actor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Govermnent Code Chapter 2253 or successor statute, each in an amount equal to the Conh�act Price as security far the faithful perforcnance and payment of all of Contractor's obligations under the Conri•act Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and Ciry in an amount equal to the Conri•act Price as security to protect the City against any defects in any portion of the Work described in the Contract Documenfa 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 Fedet�al Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Deparhnent of the Treasury. All bonds signed by an agent or attoiney-in-fact must be accompanied by a sealed and dated power of attoiney 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 fiunished by Conh�actor 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, Conh•actor 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 Certfcatesoflnsurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standu•d City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insw�ed) which Conh•actor is required to purchase and maintain. CITY OP PORT WORTH S7'ANDARD CITY CONDITIONS —DEVELOPER AWARDED PROSECTS Revised: Sanuary 10, 2013 00 73 l0- 8 Standard City Conditions Of The Conslruction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of iusurance shall document the Ciry, an as "Additional Insured" on all liabilily policies. 2. The Contractor's general liability insurance shall include a, "per projecY' 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 entirery, and show complete insurance carrier names as listed in the cun•ent A.M. Best Property & Casualry Uuide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for warkers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Raring 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 insm�ance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be constiued as a waiver of Contractoi's obligation to maintain such lines of insm•ance coverage. 6. If insurance policies are not writCen 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 `bccurrence 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 reh•oactive 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 instu•ance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify ar amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements u�e 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 desu-es additional insurance coverage, and the CiTy desires the wnh�actor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premiuin for such additional coverage plus 10%. 9. Any self-insm•ed retention (SIR), in excess of $25,000.00, affecting required insm�ance coverage shall be approved by the City in regards to asset value and stockholders' equiry. In CITY OF FORT W ORTH STANDARD CITY CONDiT[ONS — DEVELOPER AWARDF.D PROIEC'CS Revised: January 10, 2013 00 73 I O- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the Ciry. I1. Ciry, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjushnents to insm�ance coverage's and their limits when deemed necessaiy and prudent by the City based upon cl�anges in statutory law, court decision or the claims histoiy of the industry as well as of the conh�acting partp to the City. The Ciry shall be required to provide prior notice of 90 days, and the insurance adjustments sl�all be incorporated into the Work by Change Order. 12. City shall be entiCled, 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 ferms, conditions, limitations, or exclusions necessaiy to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shalt not be required where policy provisions are established by law or regulations binding upon either party or the undeivvriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Co�itractor's bzszrrance A. Workers Compe�asatiora ancl En2ployers' Liability. ConYractor 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 perfoi�rned and as will provide protection from claims set forth below which may arise out of or result fi•om Contractor's pei�formance of the Work and Contractor's othet- obligations under the Contract Documents, whether it is to be performed by Conh�actor, any Subcont�•actor or Supplier, or by anyone directly or indirectly employed by any of them to perfoim any of the Wark, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similaz� employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Conh�actor's employees. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT W02TF1 STANDARD CITY CONDITIONS—DEVELOPE2 AWARDED PROSECTS Rcvised:7anuary 10, 2013 00 73 10- I O Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or properry damage) arising from: premises/operations, independent contt�actors, products/completed operations, personal injury, and liability under an insured conh•act. 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 Ciry. 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 consri-uction 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 complerion of the project 2. Contractor's Liability Insurance under t}iis 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 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. Aaatomobile 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 injuiy or death of any person and ar properiy damage arising out of the work, maintenance or use of any motor vehicle by the Cont�•actor, any Subconh•actor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPF,R AWARDED PROdECTS Revised: January 10, 2013 00 73 10- I L Standard City Conditions Of The Conshuction Contract For Developer Awarded Projects Pago l l oC35 1) $1,000,000 each accident on a combined single limit basis. Split liinits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injuiy per accident / 4) $100,000 Properry Damage D. Railroad Protectine Liability. If any of the work or any wan•anty worl< is witlun the limits of railroad right-of-way, the Contractor shall comply with the following requn•ements: l. The Conh�actor's construction activities will require its employees, agents, subconh�actors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: Wriro thc namc of U�c iuih�oad company. (ff nonq tlmn wiitc nonc) 2. The Conh�actor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obsh•uct the raihnad company in any manner whatsoever in the use or operation of its/their h'ains or other property. Such operations on railroad properties may require that Conhactor to execute a"Right of Entry AgreemenY' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requu�ements of each railroad company and be prepared to execute the right-of-entry (if any) required by a raih�oad company. The requirements specified herein likewise relate to the Conh�actor's use of private and/or conshuction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions sball 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: Entar liinits provideA by Raih�oad Compairy (If none, w�ite none) b. Each Occurrence: : fintcr li�nits provided by Railroad Compeny (Ifnonq wriro nonc) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Conhactor shall provide one insurance policy in the name of the raih�oad company. However, if morc than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or liues of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one raih•oad company is operating on the same right-of-way or where several raih•oad companies are involved and operated on their own separate rights-of- ciTr or roar woiz�rH STANDARD CITY CONDIT[ONS —DEVELOPER AWARDED PR07ECTS Revised: Sanuary I Q 2013 00 73 10- 12 Standard City Conditions Of The Consfruction Contract For Developer Awarded Projects Page I2 of 35 way, the Contractor may be required to provide separate insm�ance policies in the name of each railroad company. c. If, in addiCion to a grade separation or an at-grade crossing, othet� work or activiry is proposed on a railroad company's right-of-way at a location entirely separate fi•om 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 raih•oad 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 properiy to be perfoimed by the Contractor shall be commenced until the Contractor has fuinished the City with an original policy ar 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 Conh•actor's beginning work. 6. The insurance specified above must be cairied until all Wark to be perFormed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Conh�actor. In addition, insurance must be carried during all maintenance and/or r�epair work perfoimed in the railroad right-of-way. Such insurance must name the raikoad 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: Conri•actar 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 pw•suant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Repluce If City has any objection to the coverage afforded by or other provisions of the bonds ar insm�ance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-confonnance with the Contract Doctunents, the Developer and City shall so notify the Contractor in wiiting within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional infoi�rnation in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not pLuchase or inaintain all of the bonds and insurance required by the Cont�•act Documents, the Developer or City shall notify the Cont�•actor in writing of such faihu•e prior to the start of the Work, or of such failure to maintain prior to any change in the requn�ed coverage. ARTICLE 5 — CONTRACTOR'5 RESPONSIBILITIES 5.01 Supervision a�2d Superintende�2t A. Conh�actor shall supeivise, inspect, and direct the Work competently and effciently, devoting such attention thereto and applying such skills and expertise as may be necessaiy to perfoim the C[TY OP FORT WORTH STANDARD C7TY CONDITIONS —DEVELOPER AWARDED PROJF.CTS Revised: Sanuaty 10, 2013 00 73 l0- l3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a. competent, �nglish- speaking, Superintendent who sl�all not be replaced without written notice to City. The Superintendent will be Conri•actor's representative at the Site and shall have authority to act on behalf of Conri•actor. All communication given to or received from the Superintendent shall be binding on Contractor. C. ContracEor sl�all norify the City 24 hours prior to moving areas durin� the sequence of conshuction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Conh�actor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons ar the Work or property at the SiYe or adjacent thereto, and except as otherwise stated in the Conh�act Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not pei�rnit the petformance 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 elech•onic 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 Thm•sday 3. far legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otheitivise specified in the Contract Documents, Conh•actor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, conshuction equipment and machineiy, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contraetor 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 pirovided in the Contract Documents. All special warranties and guarantees requu�ed by the Specifications shall expressly run to the benefit of City. If required by Ciry, Contractor shall fiunish satisfactory evidence (including reports of required tests) as to the soui�ce, kind, and quality of mateiials and equipment. CITY OY FORT WORTH STANDARD CITY CONDITIONS—DEVEI.OPBR AWARDED PROJECTS Revised: Ianuary IQ 2013 00 73 !0- 14 Standard City Conditions Of The Conshuction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Wot�k shall be stored, applied, insYalled, 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 Prroject 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. Contractar shall submit to City for acceptance (to the extent indicated in Para��aph 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 wiCh the requirements of Article 9. Adjustments in Conh•act Time for projects with City paiticipation shall be made by participaring change orders. 5.05 SubstiCutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Conh•act 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 descripYion contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Egual" Ite�ns: If in City's sole discretion an item of material or equipment proposed by Contr�actor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Ciry 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 pm�poses of this Paragraph S.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named ii a. City deteimines that: 1) it is at least equal in materials of conshuction, quality, dm�ability, appearance, strength, and design characteristics; 2) it will reliably perfoim 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 seivice; and b. Conh•actor ceitifies that, if approved and incorporated into the Work: 1) there wi11 be no increase in cost to the City or increase in Contract Time; and C[TY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPHR AWARDED PROIECTS Revised: 7a�uary I Q 2013 00 73 10- 1 S Standard City Conditions Ot The Construciion Contract For Developer Awarded Projects Page I S of 35 2) it will conform substantially to the detailed requirements of the item named in the Conh•act Documents. 2. Sttbstituteltems: a. If in City's sole discretion an item of material or equipment proposed by Conn•actor does not qualify as an "or-equal" item under Paragraph S.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit suFficient information as provided below to allow City to deteimine 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. a Contractor shall malce written application to Ciry for review of a proposed substitute item of material or equipment that Contractor seeks to fuinish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitufe iCem will: i. perform adequately the functions and achieve tl�e 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 subsritute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitufe item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct conh�act 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 fi�om that specified; ii, available engineering, sales, maintenance, repair, and replacement services; and CITY OP FORT WORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PR07ECTS Revised: Sanuary 10, 2013 00 73 10-16 Standard City Conditions Of The Conslruction Contract For Developer Awarded Projects Page 16 af 35 4) shali contain an iCemized estimate of a11 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. Sa�bstitaite Co�zstruction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construcCion is expressly required by the Conri•act Documents, Contractor may fuinish or utilize a substitute means, method, technique, sequence, or procedure of conshuction approved by CiCy. Conh�actor 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 Conlract Documents. ConCractor shall malce written application to City for review in the same manner as those provided in Paragrapl� S.OS.A.2. C. City's Evaluatio�z: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs S.OS.A and S.OS.B. Ciry 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 ardered, installed or utilized unril 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 Conh�actor in writing of its determination. D. Special Guarantee: City may require Contractor to fuinish at Conh•actor's expense a special pet�foi�rnance guarantee, warranty, or other surery with respect to any substitute. Contractor shall indemnify and hold laarmless Cit�� and miyone directly w� indir•ectly e�nployed by them from and against ai2y aizd all claims, damages, losses and ex�enses (includi�ag attorneys fees) arising otat of the use of satbstittitecl niaterials or eyttip�ne�2t. E. City's Cost Reimbursement: City will record City's costs in evaluating a substihzte proposed or submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Conh•actor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contracto��'s Expense: Cont��actor shall provide all data in support of any proposed substitute or "or-equal" at Contractoi's expense. G. Szzbstitute Reinibairseme�at: Costs (savings or charges) atri�ibutable to acceptance of a substitute shall be incorporated to the Conri•act by Participating Change Order. 5.06 Pre-Qualification ofBidders (Prime Co�zh�acto�s and Subcontractors) A. The Conh�actor and any subcontractors are required to be prequalified far the work types requiiing pre-qualifieation 5.07 Co�2ce��r2i»g Subcontractors, Suppliers, and Others A. Mino��ity and Women Owned B�usiness Frzterprise Con2plia�zce: C[TY OP FORT W ORTH STANDARD CITY CONDIT[ONS — DEVELOPER AWARDE,D PROJECTS Revised: January I Q 2013 00 73 10-17 Standard City Conditions Of The ConsVuciion Contrect For Developer Awarded Projects Page I7 of 35 ❑ Required for this ContracC. (Chcek this box if thcrc is any Ciry Pnrticipation) ❑ Not Required for this Contract. It is City policy to ensure the fiill and equitable participation by Minority and Women Business Enteiprises (MWBE) in the proctu'ement of goods and seivices on a contr•actual 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. Conh•actor 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 debaiment in accordance with the procedures outlined in the Ordinance. 3. Contractor sball, 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 teimination of the Cont��act. Any such misrepresentation may be grounds for disqualification of Cont��actor to bid on fuhu•e cont��acts with the City for a pet•iod of not less than three years. B. Cont��actor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing ar furnishing any of the Work just as Conri�actor is responsible for Contraetor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcont��actor, Supplier, or other individual or entity any conhactual relationship between City and any such Subconh�actor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or Eo see to the payinent of any moneys due any such Subconhactor, 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 fiunishing any of the Work under a direct or indirect conh•act with Conh�actor. D. A11 Subconh'actors, Suppliers, and such other individuals or entities perfoiming or futnishing any of the Work shall communicate with City through Conh�actor. Ii. All Work performed for Conh�actor by a Subconhactor or Supplier will Ue pw•suant to an appropriate agreement between Contractor and the SuUcont�actor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract c�rr or roaT woRTH STANDARD CITY CONDIT(ONS — DEVELOPE2 AWARDED PROIEC"PS Reviaed: January IQ 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference nwnbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ❑ Not Required for this Conh•act. 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 Violatio�a. 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 far 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 sball be retained by the Cily to offset its adminish•ative costs, pm�suant to Texas Government Code 2258.023. C. Co�nplai�ats of Violations and City Deterniination of Good Cause. On receipt of information, including a complaint by a worker, conceining 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 infoimation, as Co 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 Ciry'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. Arbitratio» Regziired 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 Subconh•actor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial deternunation pmsuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbih�ation is required, a dish�ict cotut 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 Maintainec�. The Conri�actor and each Subconri�actor shall, for a period of tluee (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WOItTH STANDARD CITY COND77'IONS—DEVELOP�R AWARDED PRO.TECTS Revised: 7anuary I Q 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page l9 of 35 occupation of each worker employed by the Conh�actor in the consTs�uction 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 fot� inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Paynsents. 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 Goveinment Code. G. Posting of Wage Rates. The Conh�actor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontructor Conapliance. The Cont��actor shall include in its subcontracts and/or shall otherwise require all of its Subconh•actors to comply with Paragraphs A through G above. 5.09 Pate�zt Fees and Royalties A. To the fidlest extwzt permitted by Laws and Regi�lations, Contractor shall i��demn� a�id hold harmless City, from and agai�ist all claims, costs, losses, and damages (including but not limited to all fees and dzarges of engi�aeers, architects, attorneys, and other professionals a�ad all court or arbitration or ot12eN dispzite resolutio�a costs) arising out of or relatirzg to any infringement of patent rights or• copyrights incident to the use in the performance of the Wor1c or resulting from the incorporation in the Wor7i of a�ay invw2tio�z, design, process, pYoduct, or device not specifiec� in the Contr�actDocuments. 5.10 Laws a�ad Regcilations 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 Conh•actor perfoiYns any Work knowing or having reason to lniow that it is contrary to Laws or Regulations, Conh�actor 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 com�t or arbitration or other dispute resolution costs) aiising 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 Conh�actor of Contractor's obligations under Paragraph 3.01. S.11 Use of Site and Other Areas A. Li�nitation on Use ofSite n�id OtlierAreas: 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 Uie Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS -- DEVELOPER AWARDED PRO7ECTS Revised: Sanuary 10, 2013 00 73 10- 20 Slandard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shatl assume full responsibiliry for any damage to any such land or area, ar to the owner or occupant thereof, or of any adjacent land or areas resulring from the perfoimance of the Work. 2. At any time when, in the judgment of the Ciry, the Conh•actor has obstiucted or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execuCion of the Work, the Ciry may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area ofthe 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. Pu��suarat to Paragraph 518, Conb�actor shall inde�nn� and 7zold Jaarmless City, from anrl agai�2st all claims, costs, losses, and dan2ages arising o2rt of or relating to any clai�n or action, legal or equitable, broa�ght by any such ol,vner or• occupant aguinst Czty. B. Removal of Debris Dz�ring Perfonnance 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, iubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contt�actor that the clean-up on the job site is proceeding in a manner unsatisfactoiy to the City or Developer, if the Contractor fails to con�ect the unsatisfactory procedure, the City may take such direct action as the Ciry deems appropriate to correct the clean-up deficiencies cited to tbe 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 Cleani�zg: Prior to Final Acceptance of the Wark Cont��actor 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 Conh�actor shall remove from the Site all tools, appliances, construction equipment and machineiy, and surplus mateiials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Conh�actor shall not load nar peimit any part of any st�vcture to be loaded in any manner that will endanger the stiucture, nor shall Contractor subject any pait of the Work or adjacent property to sh�esses or pressures that will endanger it. 512 Reco�°d Doca�nients A. Conh•actor shall maintain in a safe place at the Site or in a place designated by the Conh�actor and approved by the City, one (1) recoid copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications ui good order and annotated to show changes made during conshuction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDIT[ONS -- llEVELOPER AWARDED PROSECTS ReviseA: lanua�y 10, 2013 00 73 I O- 21 Standard Ciry Conditions Of The Construclion Contrect For Developer Awarded Projects Page 2l of 3S Samples and a counterpart of all accepted Submittals will be available to Ciry for reference. Upon completion of Che Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Conh•actor shall include accurafe locations for buried and imbedded items. 513 Safety ancl Protection A. Conh�actor 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 perfoimance of their work, nor for compliance with applicable safery Laws and Regulations. Conri-actor shall talce all necessaty precautions for the safety of, and shall provide the necessaiy protection to prevent damage, injury or loss to: 1. ail persons on the Site or who may be affected by the Work; 2, all the Work and materials and equipment to be incoiporated 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. Conh�actot- shall comply with all applicable Laws and Regulations relaEing 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. Conri•actor shall notify owners of adjacent properiy 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. Conh•actor shall comply with the applicable requirements of City's safety programs, if any. D. Conh•actor shall inform City of the specific requirements of Conh•actor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injluy, or loss to any property referred to in Paragraph 5.13.A.2 or 513.A3 caused, directly or indirectly, in whole or in part, by Conh•actor, any Subconh�actor, Supplier, or any other individual or entity directly or indit�ectly employed by any of them to perfoim 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 Rep��esentative Conh�actor shall inform City in writing of Contractor's designated safety re�resentative at the Site. CITY OF FORT W ORTH STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 �3 i a zz Siandard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazarcl Commai�2icatio�2 Progr•arns Conri•actor shall be responsible foz- coordinating any exchange of material safety data sheets or other hazard communication infoi�rnation required to be made available to ar exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Conh�actor shall submit required Submittals to City far� review and acceptance. Each submittal will be identified as required by Ciry. 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 Ciry 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 Conri�actor from requirements shown on the Drawings and Specifications. 5. Far-Information-Only submittals upon which the City is not expected to conduct review or Yake 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 516.C. B. Where a Submittal is requn•ed by the Cont��act Documents or the Schedule of Submittals, any related Work perfoimed prior to City's review and acceptance of the peitinent submittal will be at the sole expense and responsibility of Contractar. C. City's Review: 1. Ciry 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 Wark, conform to the infoimation given in the Conh�act Documents and be compatible with the design concept of the completed Project as a fimctioning whole as indicated by the Conh�act Documents. CITY OF PORT WORTH STANDARD CITY COND7TIONS—DEVELOPER AWARDF..D PROJECTS Revised: 7anuary 10, 2013 00 73 I O- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's t-eview and acceptance will not extend to means, methods, techniques, sequences, or procedures of const�uction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Conh�act Documents) or to safety precautions or programs incident thereta The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item Punctions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any vu7ation fi�om the requirements of the Contract Documents unless Conh•actor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific wt�iCten notation thereof incoiporated in or accompanyin� the Submittal. City's review and acceptance shall not relieve Contractor fi�om responsibility for complying with the requit�ements of the Contract Documents. 5.17 Contractor's General Warra�2t�� and Guarantee A. Conh•actor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. Ciry and its officers, directars, members, parmers, employees, agents, consultants, and subconh�actars shall be entitled to rely on representation of Conh�actor's warranty and guarantee. B. Conh•actor's wan�anty 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 Conri�act Documents or a release of Connactor's obligation to perform the Work in accordance with the Conh�act Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress ar 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 CITY OF �ORT WORTH STANDARD CITY CONDITIONS — DEVELOPE2 AWARDED PAOSF.CTS Revised: Sanuary 10, 2013 00 73 I O- 24 Standard City Conditions Of The Construclion Contract For Developer Awarded Projects Page 24 of 35 7. any cot-rection 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 therefi•om which shall appear within a period of two (2) years fi•om 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 obsetved defects with reasonable promptness. 518 Indemnification A. Contractor covenants and agrees to indemnify, hold hatTnless 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 Co arise out of, the work and services to be performed by the Conri•actor, its officers, agents, employees, subcontractors, licenses or invitees under this Conh�act. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF TH� DAMAGES BEING SOUGHT VVERE 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 haimless, at its own expense, the City, its officet�s, servants and employees, from and against any and all loss, damage ar destruction of properiy of the City, ai7sing out of, or alleged to arise out of, the work and services to be perfortned 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 TT IS ALI.EGED OR PROV�N THAT ALL OR SOME OF THE DAD4AGES BEING SOUGHT WERE CAUSED IN WAOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Desigrs Services A. Conh-actor will not be required to provide professional design seivices unless such services are specifically requn�ed by the Contract Documents for a portion of the Work or unless such services are required to cany out Contractor's responsibilities for construction means, inethods, techniques, sequences and procedm-es. B. If professional design seivices or certifications by a design professional related to systems, materials or equipment are specifically requn•ed of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such seivices or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C[TY OF PORT WORTH S1'ANllARD CITY CONDITIONS — DEVELOPE2 AWARDED PROJ6CTS Revised: Januaty 10, 2013 00 73 10- 25 Standard City Conditions Of The Conslruction Contract For Developer Awarded Projects Page 25 of 35 C. Ciry shall be entitled to rely upon the adequacy, acctu•acy 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 Pat�a�-aph 5.19, Ciry's review and acceptance of design calculations and design drawings will be only for the limited puipose 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 Subinittals (except design calculations and design drawings) will be only for the putpose stated in Paragraph 5.16.C. 5.20 Riglat to Auclit.• A. The City reserves the right to audit all projects utilizing City funds B. The Contractot- agrees fliat the City shall, until the expiration of tlu�ee (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 Conh-actor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Woi4cing 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 Contractar reasonable advance notice of intended audits. C. Contractor further a��ees to include in all its subconh�acts 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 ri�ansactions to the subconh•act, 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 Subconh�actor agree to photocopy such documents as may be requested by the City. The City agrees to reimbiuse Conh�actor for the cost of the copies as follows at the rate published in the Texas Adrninistrative Code in effect as of the time copying is perfoimed. 5.21 Nondisc��imination A. The City is responsible for operating Public Transportation Programs and implementing h�ansit- related projects, which are funded in pail with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Adminish•ation (FTA), without discriminating against any person in Uie United States on the basis of race, color, or national origin. B. Title VI, Civrl Rights Act of 1964 as anie�zded.• Contractor shall conzply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. C[TY OF FORT WORTH STANDARD CITY CONDITIONS—DHVELOPER AWARDBD PROJECTS Revised: Sanuary 10, 2013 00 73 IO- 26 Siandard City Conditions Of The Construction Contract For Developer Awarded Projects Vage 26 of 35 ARTICLE 6— OTHER WORK AT THE SITE 6.01 Related Wo�°k at Site A. Ciry may perfm�m other work related to the Project at the Site with City's employees, or other City contractot�s, or tl�rough other direct conh�acts therefor, or ha�e 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 worlc, and B. Conh�actor shall afford each othet- contractor who is a parry 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 inh�oduction and storage of materials and equipment and the execution of such other work, and properly coordinate Che Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otheiwise make its several parts come togethet� 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 ar results of any part of Contractor's Work depends upon work perfoimed by other�s 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 Conh•actor's Work. Contractor's failure to so report will constitute an acceptance of such other wm�k 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 Liniitations o�a City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, inethods, techniques, sequences, or procedures of conshuction, or the safety precautions and programs incident thereto, or for any failure of Conri�actor to comply with Laws and Regulations applicable to the perfoimance of the Work. City will not be responsible for Contractor's failm�e to perform the Work in accordance with the Conh•act Documents. B. City will notify the Contractor of applicable safety plans pw•suant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised:January IQ 20L3 00 73 10- 27 Siandard City Conditions Of The Construclion Contract For Developer Awarded Projects Page 27 of 35 7.03 Con2pliance wit]i Safety Progra�n 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 Pr•ojeet Representative City will provide one or more ProjecC Representative(s) during the const�ucCion period. The duties and responsibilities and the limitations of authority of City's representative dm7ng construction are set fartli in the Contract Documents. A. City's Project Representative will make visits to the Site at inteivals appropriate to the various stages of conshuction as City deems necessary in order to observe the progress that has been made and the quality of the various aspecYs of Contractoi's executed Worlc Based on infoimation 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 eachaustive or continuous inspections on the Site to check the qualiry 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 obseivations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized VaT°iations in Work City's Project Representative may auChoiize 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 Conh•actor, who shall perfoim the Work involved promptly. 8.03 Rejecti�ag Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, ox will not produce a completed Project that confoims 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 Conh�act Documents. City will have authority to conduct special inspection or testing of the Wark as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CCPY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PROJECTS Revised: January l0, 2013 00 73 10- 28 Slandard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 DeterminationsforWorlcPeifa�med Conh•actor will determine the actual quantities and classifications of Work performed. CiCy's Project Representative will review with Contractor Che preliminary detet-minations 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 Az�thorized 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 Exri•a Work, ConCracYor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Conh�act 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 Exh�a work. B. For minor changes of Work not requiring changes to Conh�act Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Sti�rety If the provisions of any bond require notice Co 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 noCice will be Contractot's responsibiliry. 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 Chai2ge of Cont��act Pi�ice A. The Contract Piice may only be changed by a Participating Change Order for �rojects with City participation. 10.02 Change of Contract Tinse A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Conh•actor is delayed, City shall not be liable to Conh�actor for any claims, costs, losses, ar damages (including but not limited to all fees and charges of engineers, architects, attoineys, and other professionals and all court or u•bitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CCiY OF FORT WORTH STANDARD C17'Y CONDITIONS—DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE ll— TESTS AND INSP�CTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice ofDefects Notice of all defective Work of which Ciry has actual knowledge will be given to Conh•actor. Defective Work may be rejected, corrected, or accepted as provided in tl�is Article 13. 11.02 Access to Wor•Ic City, independent testing laboratories, and governmental agencies with jtu-isdictional interests wi11 have access to the Site and the Work at reasonable times for their obseivation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Conreactor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests andlrzspecrio�zs A. ContracCor shall give City timely notice of readiness of the Work fot� atl required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspecrions, tests, retests or approvals, pay all costs in connection therewith, and furnish Ciry 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 airange for the seivices of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as deteiYnined solely by Ciry. 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 similas• negative result, the Conh�actor shall be responsible for paying for any and all retests. Conh•actor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OP FORT W02TH S'fANDARD CITY CONDIT[ONS —DEVELOPER AWARDED PRO7ECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contr•actor. 4. If Contractor fails to pay Yhe Testing Lab, Ciry 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 Conh•actor without written concmrence of Ciry, Contractor shall, if requested by City, uncover such Work for observation. ll.04 Uncovering Wor1c A. If any Wark is covered contrary to the Contract Documents or specific insriuctions by the City, it must, if requested by City, be uncovered for Ciry's observation and replaced at Conh•actor's expense. 11.05 City May Stop the Work If the Work is defecrive, 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 benefY of Conh•actor, any Subcontractor, any Supplier, any other individual or entity, ot� any surety for, or employee or agent of any of them. 11.06 Correction or Removal ofDefective Work A. Promptly after receipt of written notice, ConCracCor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the VJork 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 arbih�ation 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 coirecting 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 wan�anty and guarantee, if any, on said Work. 11.07 Correction Pe��iod 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 requu•ed by the Cont�•act CITY OF EOftT WORTH STANllARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: 7anuary 10, 2013 0073 t0-3L Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3l of 35 Documents), any Work is foiuid to be defecCive, or if the repair of any damages to the land or areas made available for Contractot's use by City or pet-mitted by Laws and Regulations as contemplated in Paragraph 510.A is found to be defective, Conh�actor shall promptly, without cost to City and in accordance with City's writCen instructions: 1. repair such defective land or areas; or 2. con�ect 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 coirect or repair or remove aud replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If ConT��actor does not promptly comply with the terms of City's written insUuctions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work con•ected 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, attoineys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair ar such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Cont�-actor. C. Where defective Work (and damage to other Work resulting therefrom) has been coirected or removed and replaced under this Paragraph 11.07, the coirection 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 wairanty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other oUligation or warranty. The provisions of this Pu•agraph 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 Wo��k A. If Cont�•actor fails within a reasonable time a$er written notice from City to con�ect 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 Conh�act Docuinents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days wiitten notice to Contractor and the Developer, coirect, or remedy any such deficiency. B. In exercising the iights and remedies tmder this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor fi�om all or part of the Site, take possession of all or part of the Wark and suspend Contractor's seivices related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stared at the Site or for which City has paid Conh�actor but which are CITY OP PORT WORTH STANDARD C1TY CONDITIONS—DEVELOPER AWARDED PRO.iECTS Revised: Sa�waiy 10, 2013 00 73 l0- 32 Standard City Conditions O( The Construction Contrect For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's otl�er 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, arcl�itects, attomeys, and other professionals and all courC or other dispute resolurion costs) incmred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Conh•actor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to t}ie Work; and City shall be entitled to an appropriate decrease in tl�e Contract Price. D. Conh•actor 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 Wurranty of Title Contractor wairants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to Ciry no later than the time of Final Acceptance and shall be fi�ee and clear of all Liens. 12.02 Partial Utilizatioi2 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. Ciry at any time may notify Contractar in writing to peimit City to use or occupy any such part of the Wark which City determines to be ready for its intended use, subject to the following conditions: 1. Conh�actor at any time may notify City in writing that Contractor consideis any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Pu•agraph 14.OS.A1, City and Cont�•actor shall make an inspection of that pai�t of the Wark to deteimine its status of completion. If City does not consider that part of the Work to be substantially complete, Ciry will notify Conhactor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final bzspection A. Upon written notice fi•om Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS—D�VELOPER AWARDED PR07ECTS Revised: Sanuary 10, 2013 0073 ]0-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1, within 10 days, City will schedule a Final Inspecrion with Cont��actor. 2. City will notify Conhactor in writing of all pu�ticulat�s in which this inspection reveals that tl�e Work is incomplete ar defective. Conh�actor shall immediately take such measures as are necessaiy to complete such Work or remedy such deficiencies. 12.04 Final Accepta�2ce A. Upon compietion by Conh�acYor Yo City's satisfacrion, of any additional Work identified in the Final Inspection, City will issue to Conh•actor a letter of Final Acceptance upon the satisfaction of the following: 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 Che surety, if any, to Final Acceptance; 3, a list of all pending or released Damage Claims against Ciry that Contractor believes are unsettled;and 4, affidavits of payments and complete and legally effective releases or waivers (satisfactory to Ciry) of all Lien rights arising out of or Liens filed in connection with the Wot�k. 5. after all Damage Claims have been resolved: a. directly by tlie Conri•actor or; b. Conh•actor provides evidence that the Damage Claim has been reported to Contractot's insurance provider forresolution. 6. Issuin� Final Acceptance by Yhe City shall not relieve the Contractor of any guarantees or other requirements of the Conri•act Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May S�ctispend Worlr A. At any time and without cause, City may suspend the Wark or any portion thereof by �nn•itten notice to Conh•actor and which may fix the date on which Work will be resumed. Conh�actor 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 conh•act time on City participation projects. B. Should the Cont�-actor not be able to complete a portion of the Project due to causes beyond the conh•ol 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 const�uction to proceed is not CITY OF FORT WORTI[ STANDARD CITY COND7TIONS — DEVE.T,OPER AW ARDED PROSECTS Revised: Sanuary IQ 2013 00 73 10- 34 Standard City Conditions Of The Conslruction Contrect For Developer Awarded Projects Page 34 of 35 available within a i�easonable period of rime, Contractor may request an extension in Conri•act Time, directly atri•ibutable to any such suspension. C. If it should become necessaty to suspend tlie Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessari(y nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; lie shall provide suitable drainage about the work, and erect temparaiy structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Givi�ig Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 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 elech•onic notice shall be deemed sufficient upon confit�mation of receipt by the receiving party. 14.02 Computation ofTinzes When any period of time is referred to in the Conh•act Documents by days, it will be computed to exclude the first and include the lasY day of such period if the last day of any such peiiod 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 Czi»tiulative Renzedies 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 conshued in any way as a limitation of, any i7ghts and remedies available to any or all of them which are otheiwise imposed or available by Laws or Regulations, by special wan�anty 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 Conh•act Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS—DEVELOPER AWARDED PRO.iECTS Revised: Sanuaty 10, 2013 0073 ]0-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 1A.04 StirvivalofObligatians 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 tei7nination of the seivices of ConCractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FOR'C WORTR STANDARD CITY CONDITIONS — DEVCI.OPER AWARDED PROSECTS Rcvised: Ianuary (Q 2013 o� ii oo-i DAP SUMMARY OF WORK Page I of3 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTION Ol 11 00 SUMMARY OF WORK 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations fiom this Ciry of Foit Worth Standard Specification 8 1. None. 9 C. Related Speciiication Sections include, but u�e 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 subsidiaty 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 i2EQUIREM�NTS 18 A. Work Covered by Contract Documents 19 1. Work is to include fumishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Wot�k 23 1. Any and all Work specifically goveined by documentaiy requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall Ue included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipinent stored on the Site. 33 3. Use and occupy only portions of the public sYreets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for conshuction 37 puiposes may be stored in such space, but no more Yl�an is necessaiy to avoid 38 delay in the constiuction operations. CITY OF FOR'1' WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDAAD CONSTRUCTION SPECIPICATION UOCUMEN7'S — Developer AwardeA Projec[s City Project No. 102796 ReviseA December 20, 2012 O7 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left fi ee and unobstiucted 3 and so as not to inconvenience occupants of adjacent properry. 4 c. If the street is occupied by railroad h�acks, the Work shall be caz�ried on in such 5 manner as not to interfere with the operation of the raih•oad. 6 1) All Work shall be in accordance with railioad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private piroperry for any purpose without having previously 10 obtained permission fiom the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy fuinished to the City. 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 3. Unless specifically provided othenvise, clear all rights-of-way or easements of obstiuctions which must be removed to make possible proper prosecution of the Worlc as a part of the project constr•uction operations. 4. Preserve and use every precaution to prevent dainage to, all trees, slu-ubbeiy, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the constiuction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affecfed by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporaiy fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnighC, and/or at all times to provide site security. c. The cost for all fence worlc within easements, including removal, temporaiy closures and replaceinent, shall be subsidiaiy to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIF[CATION DOCUMGNTS — Developer Awarded Projec[s City Project No. 102796 Revised December 2Q 2012 01 I100-3 DAP SUMMARY OF WORIC Page 3 of 3 1 1.5 SUAMITTALS [NOT USED] 2 1.6 ACTION SUBMTTTALSQNI'ORMATIONAL SUBMITTAL5 [NOT USED] 3 1.7 CLOS�OUT SUBMITTAL5 [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTAL5 (NOT USED] 5 1.9 QUALITY ASSURANCE (NOT USLD] 6 110 DELIVERY, STORAGE, AND IiANDLING [NOT US�D] 7 1.11 F'IELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXLCUTION [NOT US�D] 11 12 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Oak RiAge Phase 2 Offsite Senitary Sewer STANDARD CONSTRUCTION SPECIF[CATION DOCUMHNTS — Devetoper Awarded Projects City Project No. I02796 Revised Deceinber 2Q 2012 1�7:�7 2 3 PART1- GEN�RAL SECTION Ol 31 19 PRECONSTRUCTION M�ETING O13119-I ! MEF.TING Page i of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconshuction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No constiuction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contxact Forms and Conditions of the Conh•act 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiaiy to the various items bid. 16 No separate payment will be allowed for this IYem. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend precanstruction meeting. 2. Representatives of Cont��actor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution pacicage to the City. a. The meeting will be scheduled and administered by the ty. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and dish•ibute copies of saine to all participants who so request by fully coinpleting the attendance form to be circulated at the beginning of the meeting. 3. AtCendance shall include: a. Developer and Consultant b. Contractor's project manager c. Confractor's superintendent d. Any subconCractor or supplier representatives whom the Contractor may desire to invite or the City may request C1TY OF FORT WORTFI Onk2idge PGase 2 Offsite Saiii[my Se�vcr STANDA2D CONSTRUCT[ON SPHCIF[CATION DOWMENTS — DEVELOPGR AWARDED PROJECTS City Project No. 102796 Revised August 30, 2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 e. Other City representatives £ Others as appropriate 4. Preliminaiy Agenda may include: a. InU�oduction of Project Personnel b. General Description of Project a Status of right-of-way, utiliry clearances, easements or other pertinent pennits d. Contr�actor's work plan and schedule e. Contr�act Time f. Notice to Pinceed g. Conshuction Staking 1�. Progress Payments i. Extra Work and Change Order Pirocedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Constiuction Conditions q. WeekendWorkNotification r. Legal Holidays s. Trench Safety Plans t Confined Space Entiy Standaids u. Cooidination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Waz�ning System y. Contractor Evaluation z, Special Conditions applicable to the project aa. Dartiages Claims bb. Submittal Procedures ca Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. MBE/SBE pracedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTR OakRidge Phase 2 O� ite Sanimry Sewer STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS — DEVELOPI�R AWARDED PROJECTS City Project Na. 10279G ReviseA Augus[ 30, 2013 01 3l 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 oF 3 i 1.5 SUBMITTAL5 [NOT US�D] 2 1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT U5�D] 4 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 5 1.9 QUALITY AS5URANCE [NOT USED] 6 110 DELIVERY, STORAGE, AND HANDLING (NOT USED] 7 111 rIELD [SITE] CONDIT'IONS [NOT US�D] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] II 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OP PORT WORTH OaARidge Phase 2 OJfsite Sa�ii(my Sewer STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS— DEVHLOPER AWARDP.D PROJBCTS Ciry Project No. 10279G Revised Augus[ 3Q 2013 013300-I DAP SUBMITTALS Page I of 11 1 2 3 PARTI- G�N�RAi 4 11 SUMMARY 5 A. Section Includes: SECTION Ol 33 00 DAP SUBMITTALS 6 1. General methods and requirements of submissions applicable to the following 7 VJork-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations fi•om 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 PROC�DURE5 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiaiy to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REP�RENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIR�M�NTS 23 A. Coordinatiou 24 1. Notify the City in wri6ng, at the time oP submittal, of any deviations in tlie 25 submittals from the requirements of the Contract Documents. CITY OF PORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS — DCVELOPL�R AWARDED PROJF.CTS City Project No. 102796 Revised Augvst 30, 2013 013300-2 DAP SOBM[TTALS Page 2 oF 11 1 2. Com•dination of Submittal Times 2 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 3 perfoiming the related Work or other applicable activities, or within the time 4 specified in the individual Work Sections, of the Specifications. 5 b. Contractor is responsible such that the installation will not be delayed by 6 processing times including, but not limited to: 7 a) Disapproval and resubmittal(if required) 8 b) Coordination with other submittals 9 c) Testing 10 d) Purchasing 11 e) Fabrication 12 fl Delivery 13 g) Similar sequenced activities 14 c. No extension of time will be authorized because of the Contractor's failure to 15 transmit submittals sufficiently in advance of the Work. 16 d. Make subnuttals promptly in accordance with approved schedule, and in such 17 sequence as to cause no delay in the Work or in the work of any other 18 contractor. 19 B. Submittal Numbering 20 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 21 reference identification numbering system in the following manner: 22 a. Use the first 6 digits of the applicable Specification Section Number. 23 b. For the next 2 digits number use numbers 01-99 to sequentially number each 24 initial separate item or drawing submitted under each specific Section number. 25 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 26 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 27 submittal number would be as follows: m 29 30 03 30 00-08-B 31 1) 03 30 00 is tl�e Specification Seetion for Concrete CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPECIFICATION DOCOMENTS �- DEVELOP�R AWARDED PROJGCTS City Projec[ No. 102796 Revised August 3Q 2013 01 33 00 - 3 DAP SUBMITTA[.S Page 3 af l l 1 2) 08 is the eighth initial submittal under this Specification Section 2 3) B is the third submission (second resubmission) of that particular shop 3 drawing 4 C. Contractor Certification 5 1. Review shop drawings, product data and samples, including those Uy 6 subconh�actors, prior to submission to determine and verify the following: 7 a. Field measurements 8 b. Field conshuction criteria 9 a Catalog numbers and similar data 10 d. Conforinance with the Contract Documents 11 2. Provide each shop drawing, sample and product data submitted Uy the Contractor 12 with a Certification Statement affixed including: 13 a. The Contractor's Company name 14 b. Signature of submittal reviewer 15 a Certification Statement 16 1) "By this submittal, I hereby represent that I have determined and verified 17 iield measurements, field consti�uction criteria, materials, dimensions, 18 catalog numbers and similar data and I have checked and coordinated each 19 item with other applicable approved shop drawings." 20 D. Submittal Format 21 1. Fold shop drawings larger than 8'/z inches x 11 inches to 8%z inches x] 1 inches. 22 2. Bind shop drawings and product data sheets together. 23 3. Order 24 a. Cover Sheet 25 1) Desciiption of Packet 26 2) Contractor Certification 27 b. List of items / Table of Contents 28 c. Product Data /Shop Drawings/Samples /Calculations CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARDCONSTRUCT[ONSPECIF+[CA'CIONDOCOMHNTS—DL�VGLOP�RAWARDEDPROJECTS CityProjecWo.102796 Revised August 3Q 2013 O]3300-4 DAP SUBMITTALS Page 4 of 1 I 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Piroject title and number 4 3. Contractor identification 5 4. The names of: 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. IdenYification of the product, with the Speciiication Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical featw�es of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 14 Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blanlc space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom-prepared data such as fabrication and erection/installation (worldng) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopworlc manufactming instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sauitary Sewer STANDARD CONS'C2UCT[ON SPECI�ICATION DOCIIMENTS — DBVELOPER AWA2D8D PROJECTS City Yrojec[ No. 102796 Revised August 30, 2013 013300-5 DAP SUHMITTALS Page 5 of I i fl f�] fe3 4 5 6 7 8 � 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 li. Individual system m• equipment inspection and test reports including: I) Perfoimance ciuves and certifications i. As applicable to the Work 2. Details a. Relation of the various paits to the main members and lines of the shuchu�e b. Where con�ect fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior Yo submitting for approval. G. Product Data 1. For submirials of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Productphotographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or qualiry cont��ol iuspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recoirunended spare-parts listing and printed product wairanties 12) As applicable to the Work CITY OF FORT WORTH Oak Ridge Phase 2 Offsi[e Senitary Sewer STANDARD CONSTRUCT[ON SPECIF[CA'CION DOCUMENTS — DBVELOPER AWARDED PROJECTS CiTy Project No. 102796 Revised August 3Q 2013 Ol 33 00 - 6 DM SUBMITTALS Pagc 6 of I I 1 II. Samples 2 1. As specified in individual Sections, include, but are not necessarily limited to: 3 a. Physical examples of the Work such as: 4 I) Sections of manufachu�ed or fabricated Work 5 2) Small cuts or containers of materials 6 3) Complete units of repetitively used products color/texhu�e/pattern swatches 7 and range sets 8 4) Specimens for coordination of visual effect 9 5) Graphic symUols and units of Work to be used by the City for independent 10 inspection and testing, as applicable to the Work 11 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 12 be fabricated or installed prior to the approval or qualified approval of such itein. 13 1. Fabrication perfoimed, materials purchased or on-site construction accomplished 14 which does not conform to approved shop drawings and data is at the Conh�actor's 15 risk. 16 2. The City will not be liable for any expense or delay due to corrections or remedies 17 required to accomplish conformity. 18 3. Complete project Wotk, materials, fabrication, and installations in conformance 19 with approved shop drawings, applicable samples, and product data. 20 J. Submittal Distribution 21 1. Plectronic Dist��ibution 22 a. Confirm development of Project directory for electronic submittals to be 23 uploaded to City's Buzzsaw site, or another external FTP site approved by the 24 City. 25 b. Shop Drawings 26 1) Upload stiibmittal to designated project directory and notify appropriate 27 City representatives via email of submiYtal posting. 28 2) Hard Copies 29 a) 3 copies for all submittals CITY OF FORT WORTH Oak 12idge Phase 2 Offsite Sanitary Sewer S'PANDARD CONSTRUCT[ON SPECiFICATION DOCUMGNTS — DF.VELOPER AWARDED PR07ECTS City Project No. 102796 ReviseA August 30, 2013 073300-7 DAP SODMITTALS Page 7 of 1 I 1 U) If Contractor requires more than 1 hard copy of Shop Drawings 2 retuined, Conh�actor shall submit more than the number of copies IisCed 3 above. 4 c. Product Data 5 1) Upload submittal to designated piroject directoiy and notify appropriate 6 City representatives via email of submittal posting. 7 2) Hard Copies 8 a) 3 copies for all submitta(s 9 d. Samples 10 1) Distributed to the Project Representative 11 2. Hard Copy Distribution (if required in lieu of elech'onic distribution) 12 a. Shop Drawings 13 1) Distributed to the City 14 2) Copies 15 a) 8 copies for mechanical submittals 16 b) 7 copies for all other submittals 17 c) If Contractor requires more than 3 copies of Shop Drawings rehuned, 18 Contractor shall submit more than the nuxnber of copies listed above. 19 b. Product Data 20 I) Distributed to the City 21 2) Copies 22 a) 4 copies 23 c. Samples 24 1) Distributed to the Project Representative 25 2) Capies 26 a) Submit the number stated in the respective Specification Sections. 27 3. Distribute reproductions of approved shop drawings and copies of approved 28 product data and samples, where required, to the job site file and elsewhere as 29 directed by the City. CTCY OF FORT WORTH Oak 2idge Phase 2 Offsite Sanitary Sewer STANDA2DCONSTRUCTIONSPECIFICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CityA�ojectNo.102796 Revised August 30, 2013 013300-8 DAP SUf3M[TTALS Vage 8 oF 11 1 a. Provide number of copies as directed by the City but not exceeding the number 2 previously specified. 3 K. Submittal Review 4 1. The review of shop drawings, data and samples will be for general confonnance 5 with the design concept and Conhact Documents. This is not to be constiued as: 6 a. Permitting any depaiiure from the Contract requirements 7 b. Relieving the Contractor of responsibility for any ennrs, including details, 8 dimensions, and materials 9 c. Approving departures fi�om details fw•nished by the CiCy, except as otheitivise 10 provided herein 11 2. The review and approval of shop drawings, samples or product data by the City 12 does not relieve the Cont�•actor fi�om his/her responsibility with regaid to the 13 fulfillment of the terms of the Conhact. 14 a. All risks of error and omission are assumed by the Contractor, and the City will 15 have no responsibility therefore. 16 3. The Conh•actor remains responsible for details and accuracy, for coordinating the 17 Work with all other associated work and trades, for selecting fabrication processes, 18 for techniques of assembly and for performing Work in a safe manner. 19 4. If the shop drawings, data or samples as submitted describe variations and show a 20 depaiiure fi•om the Contract requirements which City finds to be in the interest of 21 the City and to be so minor as not to involve a change in Contract Price or time for 22 performance, the City may return tha reviewed drawings without noting an 23 exception. 24 5. Submittals will be rehu•ned to the Contractor under 1 of the following codes: 25 a. Code 1 26 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 27 comments on the submittal. 28 a) When retumed under this code the Conhactor may release the 29 equipment aud/or material for mauufacture. 30 b. Code 2 31 I) "EXCEPTIONS NOTED". This code is assigned when a confinnation of 32 the notations and coiiunents IS NOT required by the Contractor. CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANllARD CONSTRUCTION SPECII�[CATION DOCUMENTS — DEVCLOP�R AWARDED PROJECTS City Froject No. 102796 Reviaed August 3q 2013 OI3300-9 DM SUBMITTALS Page 9 of 11 1 a) The Contractor may release the equipment or material for manufacture; 2 however, all notations and comments must be incorporated into the 3 final product. 4 a Code 3 5 1) 'BXCEPTIONS NOTED/RESUBMIT". This combination of codes is 6 assigned when notations and comments are extensive enough to require a 7 resubmittal of the package. 8 a) The Contractor may release the equipment or material for manufacture; 9 however, all notations and comments must be incorporated into the 10 final product. 11 b) This resubmittal is to address all comments, omissions and 12 non-confonning items that were noted. 13 c) Resubmittal is to be received by the City within 15 Calendar Days of 14 the date of the City's transinittal reqiuring the resubmittal. 15 d. Code 4 16 1) "NOT APPROVED" is assigned when the submittal does not meet the 17 intent of the Contract Documents. 18 a) The Conh•actor must resubmit the enYire package revised to bring the 19 submittal into conformance. 20 b) It may be necessary to resubmit using a different manufacturer/vendor 21 to meet the Contract Documents. 22 6. Resubmittals 23 a. Handled in the same manner as first submittals 24 1) Corrections other thau requested by the Ciry 25 2) Marked with revision triangle or other similar method 26 a) At Contractoi's risk if not marked 27 b. Submittals for each item will be reviewed no more than twice at the City's 28 expense. 29 7) All subsequent reviews will be perfonned aY Yimes convenient to the City 30 and at the Contractor's expense, based on the City's or City 31 Representative's then prevailing rates. 32 2) Provide Contractar reimbursement to the City within 30 Calendar Days for 33 all such fees invoiced by the City. CTCY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDF.D PAOJF,CTS City Project No. 10279fi Reviaed August 30, 2013 01 33 00 - 10 DAP SUBMITTALS Page l0 of 11 1 a The need for more than 1 resubmission or any other delay in obtaining City's 2 review of submittals, will not entitte the Conh�actor to an extension of Contract 3 Time. A 7. Pattial Submittals 5 a. City reserves the right to not review suUmittals deemed partial, at the City's 6 discretion. 7 b. Submittals deemed by the City to be not complete will be returned to the 8 Contractor, and will be considered "Not Approved" until resubmitted. 9 a The City may at its option provide a list or mark the submittal directing the 10 Contractor to the areas that are incomplete. 11 8. If the Contr•actor considers any wrrection indicated on the shop drawings to 12 constitute a change to the Contract Documents, then written notice must be 13 provided thereof to the Developer at least 7 Calendar Days prior to release for 14 manufacture. 15 9. When the shop drawings have been wmpleted to the satisfaction of the City, the 16 Contractor may cariy out the const�-uction in accordance therewith and no further 17 changes therein except upon written instructions fi•om the City. 18 10. Each submittal, appropriately coded, will be retwned within 30 Calendar Days 19 following receipt of submittal by the City. 20 L. Mock ups 21 1. Mock Up units as specified in individual Sections, include, but are not necessarily 22 limited to, complete units of the staudard of acceptance for that type of Work to be 23 used on the Project. Remove at the completion of the Work or when directed. 24 M. Qualifications 25 1. If specifically required in other Sections of these Specifications, submit a P.E. 26 Certification for each item required. 27 N. Request for Information (RFI) 28 1. Contractor Request for additional information 29 a. Clarifieation or interpretation of the cont�act documents 30 b. When the Contractor believes there is a conflict between Contract Documents C7TY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPECIFICATION DOCOMENTS — DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised August 30, 2013 013300-I1 DAP SUBMITTALS Page I I of L L 1 c. When the Contractor Uelieves there is a conflict between the Drawings and 2 Speciiications 3 1) Identify the conflict and request clariflcation 4 2. Sufficient infonnation shall be attached to permit a written response without further 5 information. 7 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLO5�OUT SUBMITTALS [NOT USED] 11 1.8 MAINTF.NANC� MATERIAI, SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 75 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED) 17 PART 3 - �XECUTION [NOT US�D] � 19 END OF SECTION Revision Log DA'IT NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 20 CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTAUCTION SPECIFICATION DOCUMF.NTS ���� llEVELOPBR AWARDED PR07ECTS City Project No. 102796 Revised August 30, 2013 O] 45 23 DAP'PESTMG AND INSPECT[ON 58RVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART1- G�N�RAL 1.1 5UMMARY A. Section Includes: 1. Testing and inspection services pincedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are noC necessarily limited to: 1. Division 0— Bidding Requiremenfs, Contract Forms and Conditions of the ConU�act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for perfonning, coordinating, and payment of all Quality Conri�ol testing. b. City is t�esponsible for performing and payment for fu�st set of Quality Assurance testing. 1) If the first Quality Assm�ance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Conri•actor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed Uy the Ciry, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, suffieiently in advance, that testing will be perfoimed. 3. Distribution of Testing Reports a. Blectronic Dish•iburion l) Confirm development of Project directoiy for elecmonie submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FOR7' WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPECIFICATION DOCOMENTS — UEVELOPER AWARDED PROSECTS City A�oject No. 102796 Revised March 20, 2020 01 45 23 DAP THSTING AND INSPF..CTION SERVICES Page 2 of 2 2) Up(oad test reports to designated project directory and notify appropriate City representatives via email of suUmittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Haz�d Copy Dish•ibution (if required in lieu of elect��onic dish•ibution) 1) Tests perfoi7ned by City a) Distribute 1 hard copy to the Contr�actor 2) Tests performed by the Contractor a) DistriUute 3 hard copies to City's Project RepresentaYive 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of deliveiy a Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor fi•om obligation to perform work in accordance with the Contract DocLunents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTAL5 [NOT USEll] 1.8 MAINT'ENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] L10 DELIVERY, STORAGE, AND AANDLING [NOT USED] 111 FI�LD [5ITE] CONDITIONS [NOT USED] 1.12 WA1tI2ANTY (NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D. V. Magana Removed refere�ce to Buzzsaw and noted that electronic submittals Ue uploaded through the City's document management system. CITY OF FORT WOR1'R Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIF'ICATION DOCUMBNTS — DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised March 20, 2020 o� s000-i DAP TEMPORARY FACILIT[ES AND CONTROLS Page I of 4 SECTION Ol 50 00 2 TEMPORARY FACILITIES AND CONTROL5 3 PART 1 - GENE1tAI.. 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitaiy facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiaiy to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIR�MENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Malce an�angements with uti(ity service companies for temporary seroices. b. Abide Uy iules and regulations of utility service companies or authorities having j urisdiction. c. Be responsible for utility seivice costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, tesYing and initial operation of Worlc. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and mainfain adequate supply of potable water for domestic consumption by Contractor personnel aud City's Project Representatives. c. Coordination 1) Contact City 1 week before water for constiuction is desired CITY OF FORT WORTH Oak Ridge Phase 2 O� ite Sanitm�� Sewer STANDARD CONSTRiJC1'ION SPEC[PICATION DOCUMBN'TS — DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised SULY 1, 2011 015000-2 DAP TF.MPORARY PACILIT[ES AND CONTROLS Page 2 of 4 1 d. Conh�actor Payment for Consttuction Water 2 1) Obtain constiuction water meter from City for paymenC as billed by City's 3 estaUlished rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered setvice as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power seivice includes temporaiy power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone I 1 a. Provide emergency telephone service at Site for use by Conh•actor personnel 12 and others perfoiming work or furnishing seivices at Site. 13 5. Temporaty Heat and Ventilation 14 a. Provide temporaty heat as necessary for protection or completion of Work. 15 b. Provide temporaiy heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitaiy facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 a Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less d�an weeldy inteivals and properly 25 dispose in accordance with applicable regulation. 26 27 28 29 30 31 32 33 34 35 3. Locate facilities near Work Site and keep clean and maintained tlu�oughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weaflier damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to pennit easy access for idenfification, inspection andinventoiy. 36 4. Equip building with lockable doors and lighting, and provide electr�ical service for 37 equipment space heaters and heating or ventilation as necessaiy to provide storage 38 environments acceptable to specified manufachu•ers. 39 40 41 42 43 44 5. Fill and grade site for temporaiy stiuctures to provide drainage away from temporary and existing buildings. 6. Remove building fi�om site prior to Final Acceptance. D. Temporary Fencing ]. Provide and maintain for tl�e dw ation or conshuction when required in cont�aet documents 45 E. Dust Control CITY OP PORT W02TH Oak Ridge Phase 2 O� ite Saai[my Sewer STANDARD CONSTROCT[ON SPECIP[CATION DOCUMENTS — DEVELOP�R AWARDED PROJECTS City Project No. ]02796 ReviseA ]ULY I, 2011 OL5000-3 DAP TEMPORARY FACILITIES AND CONTROI.S Page 3 of 4 1 1. Conh�actor is responsible for maintaining dust conri-ol througl� the duration of the 2 project. 3 a. ConYractor remains on-call at all times 4 b. Must respond in a timely manner 5 R Temporaiy Protection of Conshvction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT US�D] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLO5�OUT SUBMITTALS jNOT US�D] 11 1.8 MAINTGNANC� MAT�RIAL SUBMITTALS [NOT US�D] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [STTE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of constiuction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT US�D] 27 3.8 SYST�M STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 3 t A. Temporaiy Facilities CITY OG' �ORT WORTH OaA-Ridge Plmse 2 OfJ'site Snaitmy Sewcr S'CANDARD CONSTRUCTION SPEC[FICATION DOCUMBNTS —DL�VL+LOPL�R AWAADED PRO78CTS Ciry Praject No. 102796 Reviaed JULY I, 201 I O15000-4 DAP TF.MPORARY FACILITIES AND CONTROLS Page 4 of 4 1 L Remove all temporaiy facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of W ork. 3 312 PROT�CTION [NOT US�Dj 4 3.13 MAINTENANCE �NOT USED] 5 314 ATTACHMENTS [NOT USEDj 6 END OF' SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OP FORT WOR'I'H Oak Ridge Phuse 2 Offsite Sa�ritmy Server STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS -�- UEVELOPER AWARDED PR07HCTS City Projec[ No. 102796 Revised JULY I, 2011 015526-1 DAP ST2EET USE PERM[T AND MODIF[CA7'IONS 1'O T2AFFIC CONTROL Page I of 3 1 2 3 5ECTION Ol 55 26 STREET USE PERMIT AND MODIL'ICATIONS TO TRAFFIC CONTROL PART 1 - GENERAl. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Adminisu�ative procedures for: 7 a. Street Use Peimit 8 b. Modification of approved traffic control 9 c. Removal of Sheet Signs 10 11 B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. 12 C. Related Speciiication Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of tlie Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDIJRES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered suUsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFER�NCES 21 A. Reference Standards 22 l. Reference standards cited in this speciiication refer to the current reference standaid 23 published aY the time of the latest revision daYe logged at the end of this 24 speciiication, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMiITCD). 26 27 28 29 30 31 32 33 34 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When maffic control plans are not included in the Drawings, prepare traffic conh�ol plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 worldng days for review of proposed Traffic Control. 35 B. Street Use Pennit 36 1. Piior to installation of Traffic Contr•ol, a City Street Use Permit is required. 37 a. To obtain Sheet Use Permit, submit Traffic Conh�ol Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH OnkRidge Ylmse 2 OJfsite Sanilmy Se�ver STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS — DEVEI.OPER AWARDED PROJECTS City Project No. 102796 Reviaed July t, 201 I O1552G-2 DAP STREET USE YERMIT AND MOD[F[CATIONS TO TRAPPIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 I1 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Peirnit, such that constivction is not delayed. C. Modification to Approved Traffic Conhnl 1. Prior to installation traffic control: a. Submit revised h•affic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Conri�ol. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Sri•eet Use Permit, such that consriuction is not delayed. 12 D. Removal of Sh•eet Sign 13 1. If it is detennined that a street sign must be removed for conshuction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to IS remove the sign. 16 17 18 19 20 21 22 23 E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Contr�ol Devices (MUTCD). 2. Install temporaiy sign before the removal of permanent sign. 3. When construction is complete, to the extent that the peimanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. 24 F. Trafiic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 31 32 33 � 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, S1'ORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 35 PAR1' 3- EXECUTION [NOT USED] 36 �ND OF S�CTION CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Smiitmy Se�vcn� STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS — D�VELOPGR AWARDED PROlECTS City Project No. 102796 Revised July I, 20l l 015526-3 DAP S1'REET USE PE2M[T AND MODIFICAT[ONS TO TRAFFIC CONC20L Pnge 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WOR'PH OakRidge Phase 2 Offsite Sanitm7� Seiver� STANDARD CONSTRUCTION SPEC[FICATION DOCUML+NTS — DEVELOPN.R AWARDED PROJECTS City Project Na 10279G Ravised Snly l, 2011 0157t3-1 DAP STORM WATER POLLUTION PRGVHNTION Page I of3 1 S�CTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENEI2AL 4 11 SUMMAI2Y 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations fi�om 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 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Conh•ol 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Constiuction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiaiy to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Consh�ction Activities resulYing in greater than 1 acre of distucbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCE5 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Sfandards 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 Specificarion, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Conh�ols 34 1.4 ADMINISTRATIVE R�QUIREMENTS 35 A. General 36 1. Conh•actor is responsible for resolution and payment of any fines issued assoeiated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH OnkRidge Phase 2 Ofjsite Sa�ii�ary Se�ver STANDARDCONSTRUCTIONSPECIPICATIONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CityProjecWo.102796 Aevised July i, 2011 015713-2 DAP STORM WATER POLLUTION PREVE,NTION Page 2 of 3 1 B. Consti�uction Activities resulting in: 2 I. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Constiuction 7 Peimit is requued 8 U. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general peimit 10 TXR150000 I 1 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 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 m 41 42 43 44 45 46 47 6088. 2) Provide erosion and sediment contirol in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Pennit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Dishubance a. Texas Pollutant Dischatge Eliinination System (TPDES) General Conshuction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post atjob site b) Send copy to City Depaitment of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment controlin accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Tennination can be submitted. a) Send copy to City Depattment of Transportation and Public Works, EnviromnenYal Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submi[ in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: ]) 1 copy to the Ciry Project Manager a) City Project Manager will foitivard to the Cily Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitmy Sewer STANDARll CONSTRUC'PION SPECIFICAT[ON DOCUMENTS — DEVELOPER AWARDED PROJECTS Ciry Pr ject No. 102796 Revised July 1, 20l l 015713-3 DAP STORM WATGR POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the S WPPP is revised during constiuction, resubmit modified SWPPP to the City 3 in acwrdance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOS�OUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NO'P USED] 7 1.9 QUALITY ASSURANCE (NOT USED] 8 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 l.11 FIELD [SIT�] CONDTTIONS [NOT USED] ]0 1.12 Wr1RRANTY [NOT USED] I I PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 END OF S�CTION Revision Log DAT� NAME SUMMARY OF CHANGE 15 CITY OP PORT WORTH OakRidge Phase 2 O� ife Snriifmy Sewer STANDARD CONSTRUCT[ON SPHCIPiCAT[ON DOCUMENTS —DEVELOPER AWARUED PROJBCTS City Project No. 10279G Revised July 1, 201 I a i eo 00 DAPPRODUCTRCQUIRHMBNTS Page I of2 S�CTION Ol 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAI, 11 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are noC necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh'act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [N01' USED] 1.3 REFERENCES [NOT US�D] 1.4 ADMINISTRATIVE REQUIREM�NTS A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProiectResources/ and following the directoiy path: 02 - Construction Documents\Standaid Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequcntly approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on tlie City's Standard Product List. I. Thc City reseives the right to not allow products to be used for certain proj ects even though the product is Iisted on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufachirer ue approved for use, including but not limited to, that manufacturei's standard product. D. See Scction O1 33 00 for submittal requircments of Product Data included on CiTy's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] ].8 MAINTENANC� MATERIAL SUBMITTALS [NOT USF,D] 1.9 QUALITY ASSURANC� [NOT USED) CITY O� PORT WORTH Oak Ridge Phase 2 Offsitc Sanitary Scwer STANDARD CONSTRUCTION SPECII�ICATION DOCUMHNTS — DEVHLOPER AWARDSD PROSCCTS City Prajecl No. l02796 Revised March 2Q 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SIT�] CONDITION5 [NOT USiD] 112 WARRANTY (NOT USEll] PART 2 - PRODUCTS [NOT U5ED] PART 3 - EXECUTION [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson odified Location of Ciry's Standard Product List 4/7/2014 M.Domenech evised for DAP application 03/20/2020 D.V. Magana emoved reference to Buzzsaw and noted that the Ciry approved products list is accessible tlu�ough the City's website. CITY OF FORT WORTH Oak 2idy�c Phasc 2 OfCsitc Sani�ary Scwer STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Ciry� Projec! No. 102796 2evised March 20, 2020 O16600-1 DAP PRODUCT STORAGE AND HANDLING I2EQUIREMENTS Page l of4 I S�CTION Ol G6 00 2 PRODUCT STORAGE AND HANDLING REQUIIt�MENTS 3 PART 1 - GENERAT, 4 11 SUMMAI2Y 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 U. Exposure to elements or harsh environments I I B. Deviations fi�om this City of Fort Worth 5tandard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0— Bidding Requirements, ConU�act Forms and Conditions of the Conh�act 15 2. Division 1— General Requirements 16 1.2 PRICE AND PAYMENT PROCEDLJRES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to tlie various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERFNCE5 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMiTTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/iNh'ORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 25 1.8 MAINTENANCE MATERIAL SDBMITTALS [NOT USED] 26 1.9 QUALITY AS5URANCE [NOT USED] 27 110 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule deliveiy of products or equipment as required to allow tiinely installation 30 and to avoid prolonged storage. 3l 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Onk Rldge Phnxe 2 Off,site Sauitm�+Seiver S'CANDARD CONSTRUC'C[ON SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City }'roject No. l02796 ReviseA April 7, 2010. oi��oo-z DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 I 4. Deliver products or equipment in manufacturei's original unbroken cartons or other 2 containers designed and constiucted to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufachu�er's inst�uctions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufachuer's recommendations and instructions. 10 C. Storage Requirements 1 I 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessaiy provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to Ue incoiporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 19 20 21 3. I�eep materials and equipment neatly and compactly sYored in locations that will cause minimum inconvenience to other contractors, public G�avel, adjoining owners, tenants and occupants. a. An�ange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 27 28 29 City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage puiposes without written permission of owner or other person in possession or control of premises. 7. Store in manufachu•ers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Worlc to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 34 35 36 37 38 9. I{eep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. C1TY OF FORT WORTH OakRidge PGase 2 OJfsite Saeitary Sewer STANDARDCONSTRllC770NS1'ECIFICATIONDOCUML�NTS—DEVELOPERAWARDEDPR07A.CTS CiryProjecWo.102796 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND I�IANDLING 2EQiJIl2EMGNTS Page 3 of 4 1 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 2 112 WARI2ANTY [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - �XECUTION 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 ►�]' 3] 30 31 INSTALLERS [NOT US�D] 3.2 EXANLINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 R�PAIR / RESTORATION [NOT US�D] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items wl�ile in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufaeturer. 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF' FORT WORTH Oak Ridge PGnse 2 Ofjsita Sunitnry Server STANDARD CONSTRUC770N SPEC[FICAT[ON DOCUMENTS — DEVELOPER AWARDED PROSBCTS City Projcct No. I02796 Revised April 7, 2014 O16600-4 DAP PRODUCT STORAGE AND HANDLRJG REQUI2EMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH OnkRidge Pl�ase 2 OJfsife Snrzi[aiy Sewer STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS — DEVELOPER AWARDED PRO.IECTS City Project No. 10279G Revised Apri19, 2014 017000-1 DAP MOBIL[ZATION AND REMOffiLi'LAT[ON Page l of6 1 2 3 PAl2T 1 - GEN�RAL S�CTION Ol 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractoi's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractoi's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessaiy general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is pirovided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by Ciry includes: 28 7) Demobilization CITY OF FORT WORTH Oak2idge Phase 2 Ofjsite Snnitnry Sewer STANDARDCONSTRUCTIONSPECIPICATIONDOCUMENTS—DGVELOPERAWARDEDPROJECTS CiryProjectNo.I0279G Revised April 7, 2014 'JiIIL�I4�B] DAP MOBII.IZAT]ON AND REMOffiL[ZAT[ON Page 2 of 6 1 a) Transportation of Conh•actor's personnel, equipment, and operating 2 supplies from the Site including disassemUly or temporarily secw�ing 3 equipment, supplies, and other facilities as designated by the Conhact 4 Documents necessary to suspend the Work. 5 b) Site Clean-up as designated in the Contract Documents 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 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessuy general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization fi�om one location to another on the Site in the normal progress of perforining the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization I) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessaiy for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilizarion and Demobilization do not include activities for specific items of work for which paymeut is provided elsewhere in the conu•act. CITY OF' FORT WORTH OakRiJge P7iase � Offsite Snuita�y Seiver STANDARD CONSTRUCTION SPECIFICATTON DOCUMEN'['S — DEVELOPER AWARDED PROJECTS City Projec[ Na I02796 Revised April 7, 2014 0J 7000-3 DAP MOBILIZATION AND REMOHILIZATION Page 3 of ( 1 4. I;mergency MoUilizations and Demobilization for Miscellaneous Projects 2 a. A Mobilization for Miscellaneous Projects when directed by the Ciry and the 3 mobilization occurs within 24 hows of the issuance of the Wm�k Order. 4 B. Deviations fi�om this City of Fort Worth Standard Specification 5 I. None. 6 C. Related Specification Sections include, Uut are not necessarily limited to: 7 1. Division 0— Bidding Requirements, Contract Foizns and Conditions of the Contract 8 2. Division 1— General Requirements 9 1.2 PRICE AND PAYMENT PROCEDURES 10 A. Measurement and Payment 11 1. Mobilization and Demobilization 12 a. Measure 13 1) This Item is considered subsidiaiy to the various Items bid. 14 b. Payment 15 1) The work performed and materials fumished in accordance with this Item 16 are suUsidiary to the various Items bid and no other compensation will be 17 allowed. 18 2. Remobilization for suspension of Worlc as specifically required in the Contract 19 Documents 20 a. Measurement 21 1) Measurement for this Item shall be per eacli remobilization performed. 22 b. Payment 23 1) The work pei%rmed and materials furnished in accordance with this Item 24 and measured as provided under "MeaswemenY' will be paid for at the unit 25 price per each "Specified Remobilization" in accoidance with Contract 26 Docu�nents. 27 c. The price shall include: 28 1) lletnobilization as described in Section 1.1.A.2.a.1) CITY OC PORT WORTH OakRidge PGase 2 OJfsite Sanitmy Se�ver STANDARD CONS'IRUCTION SPECIFICATION DOCOMENTS —DEVELOPRR AWARDED PR07HCTS Ciry Project No. 102796 Revised Apri17, 2014 [R`IQQ1�! DAP MOB[LIZATION AND REMOI3II,IZATION Page 4 of 6 I, 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 2) RemoUilization as described in Section 1.1.A.2.a.2) d. No payments will Ue made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each MoUilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and inaterials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price per each "Work Order Mobilization" in accordance with Cont�act Documents. Demobilization shall be considered subsidiaiy to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilizarion as described in Section 1.1.A3.a.1) 2) Demobilization as described in Section I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and llemobilization required by the ContracC Documeuts b. Payment 1) The Work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the uuit CITY Of� NORT WORTH Oak Ridge Phase 2 Ofj§ite Smiitm7� Se�ver STANDARD CONSTRUCTION SPEC[PICATION DOCUMEN'CS — DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised Apri17, 2014 017000-5 DAP MOI31LI7ATION AND REMOBILIZATION Page 5 of 6 1 price per each "Work Order Emergency MoUilization" in accordance with 2 Contract Documents. Demobilization shall be considered subsidiaiy to 3 mobilization and shall not be paid for separately. 4 c. The price shall include 5 1) Mobilization as described in Section 1.1.A.4.a) 6 2) Demobilization as described in Section I.1.A3.a.2) 7 d. No payments will be made for standby, idle time, or lost profits associated this 8 Item. 9 1.3 REFERENCES [NOT USED] 10 1.4 ADMINISTRATIVE 12EQUIREMENTS [NOT USED] 11 1.5 SUBMITTALS [NOT USED] 12 1.6 INFORNIATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 15 1.9 QUALITY ASSURANC� [NOT US�D] 16 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 111 FIELD [SITE] CONDITION5 [NOT USED] 18 112 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] ��� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WOR'CH Ouk Rldge P7iuse 2 Ofjsite Sanim�y Sewer STANDARDCONSTRUCTIONSPECiI>[CATIONUOCUMENTS—DEVELOPERAWARDEDPROJECTS CityProjectNo.102796 Revised Apri17, 2014 m �oao-� DAP MOBILIZATION AND REMOBIL[ZAT[ON Page 6 of 6 CITY OF FOR'T WOR7'H OnARiAgr Phase 2 Offsite Sm�itmy Seiver STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS -- DEVELOPER AWARDED PRO]ECTS City Project No. 102796 Revised Apri17, 2014 017123-1 CONSTRUCT[ON STAKING AND SURVF.Y Page 1 of 8 � 3 PART1- GENERAL SECTION Ol 71 23 CONSTRUCTION S'1'AKING AND SURVEY 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Requirementis for consYruction staking and consri-uction smvey 7 B. Deviations firom this City of Fo�t Worth Standard Specification 8 1. See Clianges (Highlighted in Yellow). 9 C. ReLated Specification Secrions include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Conhact Foi7ns and Conditions of the Contract 1 I 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDUI2ES 13 14 l5 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 A. Measurement and Payment 1. Construction Stal<ing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and Yhe materials furnislied in accordance with this Item shall be paid for at the lump sum price bid for "Constrttction Stalcing". 2) Payinent for "Consriuction Staking" shall be made in partial payments prorated by work completed compared to total work included in Yhe lump sum item. c. The price bid sliall include, but not be Gmited to the following: 1) Veiification of control daTa provided by Developer's Project Representative. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of conshliction staking documentation in the form of "cuY sheets" using the City's standard template. 2. Consh'uction Sutvey a. Measurement 1) This Ilem is considered subsidiaiy to the various Items bid. b. Payment 1) Tlie woiic performed and thc materials fumished in accordance with this Itein are subsidiuy to Yhe various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement I) Measurement for this Item shall be by Iump sum. b. Payment 1) The worlc performed and the materials fiirnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Survey". CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Se�ver STANDARD CONS'CRUCT[ON SP�CIFICATION DOCUMENTS City Pc ject No. 102796 Revised I�'e6niary I4, 2018 017123-2 CONSTRUCTION STAKING AND SURVBY Page 2 of 8 1 2) Payment for "Consh•uction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 a The price bid shall include, but not be limited to the following:: 5 1) Field measm•ements and survey shots to idenrify location of completed 6 facilities. 7 2) Documentation and submittal of as-built smvey data onto conh•actor redline 8 plans and digital suivey files. 9 10 1.3 R�P�RENCES I1 A. Definitions 12 1. Conshuction Suivev - The survey measurements made prior to or while 13 construction is in progress to conhnl elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survev —The measurements made after the constiuction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Consttuction Stakine — The placement of stalces and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Sutvev "Field Checks" — Measurements made after construction staking is 23 completed and befare consh•uction work begins to ensure that stntetures marked on 24 tlie ground are accurately loeated per ProjecY Drawings. 25 B. Technical References 26 1. City of Fort Worth — Conshllction Staking Standards (available on Ciry's Buzzsaw 27 website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Libraiy (ficl) files (available 29 on City's Buzzsaw website). 30 31 32 33 34 35 36 37 38 39 40 41 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manuat of Practice for Land Surveying in the State of'Pexas, Category 5 l.a ADMINISTRATIV� REQUIREMENI'S A. The Contractor's selectiou of a swveyor must comply with Texas Goverument Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O1 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of worlc. 1.6 ACTION SUBMII'TALS/INFORMATIONAL SUBMITTALS A. Field Quality Conh�ol Submittals CITY OP FORT WORTI�] STANDARD CONSTRUCTION SPF.CIFICKCION DOCUMENTS Revised I�'ebruniy l4, 201R Oak Ridge Phase 2 Offsite Sanitary Sewer City Project No. 102796 O17123-3 WNSTRUCTION STAICMG AND SURVEY Pagc 3 of 8 1 1. Documentation verifying accuracy of field engineeiing work, including coordinate 2 conversions if plans do not indicate �•id or ground coordinates. 3 2. Submit "Cut-Sheets" conforming Yo the standard tcmplate provided by the City 4 (refer to O1 71 23.16AI —Attachment A— Suivey Stal<ing Standards). 5 1.7 CLO5EOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Sub�nit As-Built Suivey Redline Drawings documenting the locations/elevations of 8 constiucted improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the worlc (refer to Ol 71 23.16.01 — Attachment A 10 — Survey Staking Standaids) . I1 t2 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 2. Conri'actor shall submit tlie proposed as-built and completed redline drawing submittal one (1) weelc prior to scheduling the project final inspection for City review and comment. Revisions, if necessaty, shall be made Yo Cl�e as-built redline drawings and resubmitted to the City prior to scheduling the consCiuction final inspection. 1.8 MAINTENANCE MATERIAL 5UBMITTALS [NOT USEDJ 1.9 QUALTTY ASSURANCE A. Construction Staking 1. Consh�uction staking will be pei�formed by the Conh�actor. 2. Coordination a. ContacC City and Developei's Project Representative at least one week in advance noCifying tlie City of when Constiuction Staking is sclieduled. b. It is the Conh'actor's responsibility to coordinate staking such that consmiction activities are not delayed or negatively impacted. � 3. General a. Conttactor is responsible for preserving and maintaining stakes. If City suiveyors or Developer's Project Representative are required to re-stake for any reason, Yhe Contractor will be responsible for costs to perfoim staking. If in the opinion of tlie City, a su�cient number of stalces or markings have been Lost, destroyed disturbed or omitted that the contracted Worlc cannot talce place then the Conh•actor will be required to stake or re-stake tlie deficient areas. Construction Suivey 1. Conshuction Survey will be perfoi7ned by the Contractor. 2. Coordination a. Contractor to verify that liorizontal and vertical conY�rol data established in the design suivey and required for constiuction survey is available and in place. 3. Gencral a. Conshliction suivey will be performed in order to consh�uct the work sl�own on the Construction Drawings and specified in the ContracE Documents. b. For construction methods other tl�an open cut, the ConLractor shall perform consh-uction suivey and verify control daYa including, but not limited to, the following: 1) VeriFcation tliat astablished benchmarlcs and conhol are accm�ate. CITY OF FORT WOR'fH STANDARD CONSTRUCTION SPHCIFICATION DOCUMENTS Revised !'ebrua�y 14, 201R Oak RiAge Phase 2 Offsite Sani�ary Sewer City Projcct No. 102796 oi �i z3-a WNSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and mainYain all reference lines and grades 2 for tunneling. 3 3) Use of tine and grades to establish the location of tl�e pipe. 4 4) Submit to the City copies of field notes used to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to be�inning each tunneling drive. 7 5) Provide access for tlie City, if requested, to verify the guidance system and 8 the line and grade of the can•ier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during conshuction. 12 8) Record deviarion with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 OS 23 and/or 33 OS 24), immediately notify t(le Ciry and correct 16 the installation in accordance with the Contract Documents. 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 C. As-Built Survey 1. Required As-Built Suivey will be perfoimed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confinn which features require as- built suiveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that consh-uction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractar is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall pirovide as-built suivey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the cm�shvction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum eveiy 250 linear feet, including (2) FIorizontal andvertical points ofinflec6on, cuivature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (eacli end) aud all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and sipl�on sanitaty sewer lines (non-gravity facilities) at the following locations: ( I) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater—NotApplicable CITY OF F02T W02TH Oak 2idge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102796 Revised ReL�nary 14, 2018 017123-5 CONSTRUCTION SCAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as-built suivey including the elevation and 2 location (and provide written docuinentation to the City) of construction 3 features after the constructimi is completed including the foLlowing: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates fot� each manhole 6 2) Water Lines � a) Cathodic protecHon test stations 8 b) Sampfing stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 fl Air Release valves (Manhole iim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves IS i) Underground Vaults 16 ( I) Rim and flowline elevations and coordinates for eacli 17 Underground Vault. 18 19 20 21 22 23 24 25 26 27 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Storxnwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD (SITE] CONDITIONS [NOT USED] 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A const�uction survey will produce, but will not be limited to: 30 1. Recovery of relevant conh�ol points, points of cuivature and points of intersection. 31 2. Establish temporary horizontal and vertical contirol elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used througl�out conshuction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, l�ig(iways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and veiiical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard ciry template A 1 which can be obtained from the Suivey Superintendent (817-392-7925). 42 5. Digital sutvey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FOR9' WORTR Oak Ridge Phase 2 Offsite Sai�itary Sewer STANDARD CONSTRUCTION SPECIF[CATION DOCUMBNTS City Projeot No. l02796 Reviaed I�ebruary 14, 2018 01 71 23 - 6 CONSTRUCTION STAK[NG AND SURVGY Pagc 6 of 8 1 c. CSV Fle (.csv), formatCed with X and Y coordinates in separate columi�s (use 2 standard templates, if available) 3 6. Snrvey files shall include vertical and I�orizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PAR1' 3 - EXF.CUTION 6 31 INSTALLERS 7 A. Tolerances: 8 I. The staked location of any improvement or faciliry should be as accucate as 9 practical and necessary. The degree of precision rcquired is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hcreafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. Tlie surveyor shall assess any situation by review of the overall plans 13 and tln�ough consultation with responsible parties as to the need for specific 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 tolerances. a. Earthworlc Grades for earthwork or rougli cut should not exceed 0.1 ft. vertical Yolerance. Horizontal alignmenC for eartl�work and rough cut should noC exceed 1.0 ft. tolerance. b. Horizontal alignment on a st�ucture shall be within .O.lft Colerance. c. Paving or concrete for streets, curbs, �itters, parlcing areas, drives, alleys and walkways shall be located within the confines of the site boLmdaries and, occasionally, along a boundaiy or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft, tolerance from tlieir specified locations. d. Undeiground and overhead utilities, such as sewers, gas, water, telephone and elechic lines, shall be located horizontally within their prescribed ueas or easemcnts. Within assigned areas, these utilities should be staked with an accuracy producing no more than 01 ft tolerance from a specified location. e. Tlie accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be mainYained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Swveying instruments sliall be IcepY in close adjustment according to manufacturer's specifications or in compliance to standards. Tlie City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician eveiy 6 months. 1. Field measiu�ements of angles and distances shall be done in such fashion as to satisfy the closwes and tolerances expressed in Pat-� 3.1.A. 2. Vertical locations shall be established from a pre-established benclimark and checiced by closing to a different bench inark on the same dahim. 41 3. Conshuction survey field worlc sliall coirespond to Che client's plans. I�regularities 42 or conflicts found shall be repo�ted promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CI"I'Y OF FOIYP WOR'PH Oak Ridge Phase 2 Off.cite Sanitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMHNTS City Project No. 102796 Revised l�ehruary 14, 201R oi�iz�-� CONSTRUCTION STAKING AND SURVEY ` Pagc 7 oC8 3.2 EXAMINA'PION [NOT USED] 2 3.3 PREPAI2ATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RCSTORATION 5 A. If the Contractor's work damages or destroys one or more of che control 6 momiments/points set by the City or Developer's Project Representative, the monuments 7 shall be adequately referenced for expedient restoration. 8 1. Notify City or Developer's ProjecY RepresentaYive if any control data needs to be 9 restored or replaced due to damage caused during consh'uction operalions. 10 a. Contractor shall perform replacements and/or restorations. l 1 b. The City or Developer's Project Representative may require at any Yime a 12 suivey "Field Clteck" of any monument or benchmarks that are set be verified 13 by the City surveyors or Developer's Project Representative before further 14 associated work can move forward. IS 16 17 18 19 20 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SIT� QUALITY CONTROL A. It is the Contracto�'s responsibility to maintain all stakes and control data placed by the Ciry or Developer's Project Representativc in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 21 3.8 SYSTEM STARTUP 22 A. Survey Cf�ecks 23 1. The City reseives the right to perform a Su�vey Check at any time deemed 24 necessaty. 25 2. Checks by City personnel or 3'd party contracted surveyor are not intended to 26 relieve the contractor of his/her responsibiliry for accuracy. 27 28 29 30 31 32 33 34 35 3.9 ADJUSTING (NOT USED] 3.10 CLEANING �NOT USED� 3.11 CLOSEOUT ACTIVITIES [NOT USED� 312 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 314 ATTACHMENT5 [NOT US�D] �ND OF SECTION Revision Log CITY OF FORT WOR'CH STANDARD CONSTROCT[ON SPECIFICKf10N UOCUMENTS a���s�a re�� �T�y �a, zoia Oak Ridge Phase 2 Off.cite Sanitary Sewer City Projcct No. 102796 017123-8 CONSTRUCTION STAICING AND SU[2VEY Page 8 of 8 llATE NAME SUMMARY OF CHANGE 8/3 U2012 D. Johnson Added instructiou and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified L6; added L7 closeout s�bmittal requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ; Added 3.1 H�stallers; added 3.5 Repaid2estoration; and added 3.8 System Startup. Removed "blue texP'; revised measurement and payment sectio�s for Construction Staking and As-Built Suivey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised acliou and Closeout submitfal requirements; added acceptable dep(h measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONST2UCTION SPECIFICATION DOCUMENTS City Project Na. 102796 Revised Reb�vary 14, 2018 O17423-1 DAP CLEANING Page I of4 1 2 3 PART1- GENERAI, SECTION Ol 74 23 CLEANING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations fi•om this Ciry of Foii Worth Standard Specification 9 1. None. 10 11 12 13 14 1.2 C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding PRICE AND PAYMENT PROCEDiJR�S 15 A. Measurement and Payment I6 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFER�NCE5 [NOT US�D] 19 1.4 ADMINISTRATIV� REQUIREMENTS 20 21 22 23 24 25 1.5 A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disfurbed by cleaning process will not fall on newly painted sw�faces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY A55URANC� [NOT US�D] 110 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning producfs and cleaning wastes iu containers specifically designed for those materials. CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised Ayril 7, 2014 ot�a23-z nnr cLEnN�G Page 2 of 4 1 111 FI�LD [SITE] CONDITION5 [NOT US�D] 2 1.12 WAI2RANTY [NOT USED] 3 PART2- PRODUCTS 4 21 OWNER-FURNISHED [ox] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MAT�RIALS 6 A. Cleaning Agents 7 1. Compatible with sutface being cleaned 8 2. New and uncontaminated 9 3. For manufactured swfaces 10 a. Material recommended by manufachu•er 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURC� QUALITY CONTROL [NOT USED] 13 PA12T 3 - EXECUTION 14 31 INSTALLER5 (NOT U5ED] IS 3.2 EXANIINATION [NOT US�D] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oa] SITE QUALTTY CONTROL [NOT USED] 21 3.8 SY5TEM 5TARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thi�mer in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nonde�•adable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatoiy agencies. CITY OF FORT WORTH Oak Ridge Phase 2 Offsite Sanitary Sewer STANDAI2D CONSTRUCT[ON SPECIF[CATION DOCUMENTS — DEVELOPGR AWARDED PROSECTS City Project No. 102796 Revised April 7, 2014 017423-3 DAP CI,EANING Page 3 of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporaiy constiuction and activities incidental to constiuction 5 of required peimanent Work. 6 9. If project is not cleaned to the satisfaction of the Ciry, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not buin on-site. 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 B. Inteirnediate Cleaning during Conshuction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and ivbbish. 3. Confine consttuction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away finm conshuction or operational activities c. Haul fi�om site at a minimum of once per week 4. Vacuum clean interior ueas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecwed items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers froin site. a. Re-seed areas dishubed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all iroc]<s, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interiar areas including, but not limited to, vaults, manholes, structures, junction boxes and inlefs. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANC� [NOT USED] 314 ATTACHMENTS [NOT U5ED] C1TY OF FOR'C WORTH Oak Ridge Phase 2 Offsite Sa�iitary Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVBLOPER AWARDED PROJECTS City Project No, 102796 Revised April 7, 2014 01 74 23 - 4 DAP CLF,ANING Page 4 of4 END Or SECTION Revision Log DATE NAME SUMMARY OF CIIANGE 4/7/2014 M.Domenecli Revised for DAP application CITY OF FOR'f WORTH Oak Ridge Pliase 2 Offsite Sanitary Sewer STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMEN'CS — DEVELOPER AWARDED PR07ECTS City Project No. 102796 Revised April 7, 2014 oi �� i9-i DAPCLOSEOUTREQUIRBMENTS Page 1 of 3 1 2 3 PART1- G�N�RAL 4 1.1 SUMMARY SECTION Ol 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 l. The procedure for closing out a contr�act 7 B. Deviations from this City of Fort Worth Standu•d 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 Conhact ri 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDiJf2E5 13 A. Measurement and Payment 14 1. Work associaYed with this Item is considered subsidiaiy to the various Items bid. 15 No separate payinent will be allowed for this Item. 16 1.3 REFER�NCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIR�MENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactoiy evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OP PORT WORTH OnkRidge Phnse 2 OJfsite Sanitnry Sewer STANDARD CONSTRUCT[ON SP�CIFICATION DOCUMENTS — DEVELOP�R AWARDED PROJGCTS City Project No. 102796 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIELEMENTS Page 2 of 3 1.6 INFORMATIONAL 5UBMITTALS �NOT USED] 2 1.7 CLOSEOUT SUSMITTALS [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EX�CUTION 5 31 INSTALLERS jNOT USED] 6 3.2 �XAMINATION [NO'P USED] 7 E3 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 ll 2. Operation and Maintenance Data, if required, in accoidance with Section O1 78 23 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 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. FinalInspection 1. After iinal cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, oF any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and wmplete the Work to the satisfaction of the Ciry. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the fiist lubrication of the equipment c. Initial fill up of all chemical tanlcs and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial sCart-up and operation of all equipment 39 D. Notice of Project Completion C1TY OF FORT WORTH Oak Nidge Phnse 2 OJjsite Srmita�y Seire�� STANDARDCONSTRUCT[ONSPECIF[CAT[ONDOCUMENTS—DEVELOPERAWARDEDPROJECTS CityProjectNo.102796 Revised April 7, 20I4 017719-3 DM CLOSEOUT 2EQUIREMENTS Page 3 of 3 I 1. Once the CiYy Project Representative finds Che Worl< subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Conu•act Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 £ Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting I S Documentation, in accordance with Genet�al Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RLSTORATION [NOT USF.D] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 310 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINT�NANCE [NOT USED] 26 314 ATTACHMENTS [NOT US�D] 27 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 0./7/2014 M.Domenech Revised for DAP application f39 CITY OF FORT WORTH OakRtdge Phnse 2 O��ite Smdtarq Se�ver STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DF,VELOPER AWARDED PROJECTS City Project No. ]02796 Revised Ayril 7, 2014 O17823-1 DM OPERATION AND MAINTENANCE DATA Page I of 5 1 S�CTION Ol 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related infoimation appropriate for Ciry's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, Uut are not limited to: 9 a. Traffic Conh�ollers 10 b. firigation Controllers (to be operated by the City) I1 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standaid 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 Conh�act 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 U5ED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in fmal form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00. All suUmittals shall be 28 approved by the City prior to deliveiy. 29 1.6 INFORMATIONAL SUBMITTAL5 30 A. Submittal Form 3l 1. Prepare data in fonn of an instruetional manual for use by City personnel. 32 2. Format 33 a. Size: 8'h inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for ryped pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OP FORT WORTH Oak Ridge Phuse 2 OJfi�ite Sanitary Se�ver S'PANDARD CONSTRUCTION SPECQICATION DOCUM8NT5 — DEVHLOPER AWARDED PROJECTS City Project No. I02996 Revised April 7, 2014 O17823-2 DAP OPERATION AND MAINTGNANCB DATA Pagc 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce lu�ger drawings and fold to size of text pages. 4 e. Pirovide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) TitleofProject 14 b) Identity of separate smucture as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Cormnercial quality 3-ring binders with durable and cleanable plastic covers 18 b. VJhen multiple binders are used, coirelate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 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 B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illusCrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrains b. Coordinate drawings with information in Piroject Record Documents to assure correct illustrarion of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistentfonnat underseparate headings for differentprocedures. b. Providelogicalsequence ofiustructions of each procedure. CITY O� FORT WORTH OakRidge Pfiase 2 Offsite Sani�my Sewer STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARllED PROJECTS City Project No. 102796 Revised Apri17, 2014 OL7823-3 DAP OPERATION ANU MAINTENANCE DATA Page 3 of 5 1 5. Copy of each wananty, bond and seivice conri'act issued 2 a. Provide infonnation sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full inforrnation on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufachued pinducts 12 b. Instructions for care and maintenance 13 1) Manufachu•er's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which u•e detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moishse protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 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 D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance cuives, engineering data and tests 3) Complete nomenclature and commercial number of replaceable paits b. Operating procedures 1) Start-up, break-in, routine and normal operating inshuctions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions a Maintenance procedures d. � g• h. 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking Setvicing and lubricarion schedule 1) List of lubricants required Manufacturer's printed operating and maintenance instivctions Description of sequence of operation by conb•ol manufachuer 1) Predicted life ofparts subject to wear 2) Items recommended to be stocked as spare parts As installed control dia�•ams by conh�ols manufacturer Each contractor's coordination drawings 1) As installed color coded piping diagams CITY OF POAT WORTH Oak Ridge Phase 2 O� ite Sm�imry Sewer STANDARD CONSTRUCTION SPEC[PICATION DOCUMEN'PS — UEVELOPER AWAR➢ED PROJHCTS City Project No. I02796 Aevised Aprit 7, 20(4 oi �s z3 -a DAP OPERAT[ON AND MAINTENANCF. DATA Page 4 of 5 1 i. Charts of valve tag numbers, witl� location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 Ic Other data as requu�ed under pertinent Sections of Specifications 5 3. Content, for each elechic and elech�onic system, as appropriate: 6 a. Description of system and component parts 7 I) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclahue and commercial number of replaceable puts 10 b. Circuit directoiies of panelboards 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 1) Electrical seivice 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedmes 1) Routine and noc•mal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedm�es 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufactw�ei°s printed operating and maintenance instructions g. List of original inanufactm•er's spare parts, manufacturer's cun•ent prices, and recommended quantities to be maintained in storage h. Other data as requu�ed under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during inst��etion of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent requu�ed to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CI'PY OF FORT WORTH OnA RiAge Pimse 2 Offsite Sanitmy Semer STANDARU CONS7RUC'fION SPEC[FICATION DOCUMENTS—DEVELOPER AWARDED PROJECTS City Project No. 102796 Revised April 7, 2014 oi�ez3-s DAP OPERATION AND MAMTHNANCE DATA Page 5 oP 5 1 110 DELIVERY, STORAGE, AND HANDLING �NOT USED] 2 1.11 FIELll [SITE] CONDITIONS [NOT USED] 3 1.12 WA12I2ANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. 7olmson 1,S.A1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CI"PY OF FORT WORTH OakRidge Phase 2 OJfsite Smiituiy Se�ver STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS—D�VELOPL�R AWARDED PROJECTS CityPmject No. 102796 Revised April 7, 2014 01 78 39 - I DAP PROSGCT RCCORD DOCUMENTS Page 1 of4 1 2 3 0 5 6 7 8 9 10 I1 12 13 PART 1 - G�NEItAI, 11 SUMMARY S�CTION Ol 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Laige Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 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 Conh�act 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDIJR�S 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 22 1.3 R�F�RENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 23 1.5 SUBMITTALS 24 25 26 27 28 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 31 32 33 34 35 36 A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, makin� adequate and proper entries on each page of Specifications and each sheet of Drawiugs and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OP PORT WORTA OakRidge Phnse 2 OJfsife Sa��ifm�� Seiver STANDARDCONS"C2UC7'IONSPECIPICAT[ONUOCUMENTS—DEViLOPERAWARDEDPROJECTS CityProjectNo, 102796 Revised Ayril 7, 2014 017839-2 DAPPROJECTRECORD DOCUMENTS Page 2 of 4 1 2 3 4 5 . 7 8 9 10 11 12 13 14 15 16 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide fachial infoimation regarding all aspects of the Work, both concealed and visiUle, to enable fuhu�e modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 110 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain tlie job set of Record Documents completely protected from deterioration and firom loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 111 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 17 PART2- PRODUCTS 18 2.1 OWNER-FURNISHED [oa] OWN�R-SUPPLIED PRODUCTS [NO'I' USED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - �XECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 MAINTENANCE DOCUM�NTS 33 A. Maintenance of Job Set 34 I. Immediately upon receipt of the job set, identify each of the Docuinents with the 35 title, "RECORD DOCiJMENTS - JOB SL+T". C1TY OF FORT WORTH Oak Ridge Phase 2 O�ite Sanitmy Server STANDARD CONSTRUCTION SPECIFICATION DOCUMHNTS — DHVGLOP�R AWARDED PROJECTS City A�ojcct No. 102796 Revised April 7, 2014 O17R39-3 DAPPROJECTRHCORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contr•act completion time, the probable number of occasions 3 upon which the job set inust be taken out for new entries and for examination, 4 and the conditions under which these activities will be perfoimed, devise a 5 suitaUle method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 Uy the City, until start of Uansfer of data to final Project Record Documents. 8 c. Maintain thejob set at the site of work. 9 3. Coordination with Conshuction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents ll associated with installation of the infiastructure. 12 4. Making entries on Drawings 13 a. Rewrd any deviations fiom Contract DocLunents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the I S change by graphic line and note as required. 16 c. Date all entr�ies. 17 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 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 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, cu�cuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, suUject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on thejob set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Sl�ow, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the CiCy's judgment, conversion seives no useful pwpose. However, do not rely upon waivers being issued except as speciiically issued in writing Uy the City. B. Final Project Record Documents ]. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and oYher Drawing a full description of changes �nade duiing conshuction, and the actual location of items. c. Call attention to each enhy by drawing a"cloud" around the area or areas affecCed. CITY OC FORT WORTH OakRidge Plmse 2 Ofjrite Snnitnry Sewer STANDARD CONSTAUCT[ON SPECIPICATION DOCUMHNTS — DEVELOPER AWARDED PROJEC"fS City Project No. 102796 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RHCORD DOCUMENTS Page 4 of 4 1 d. Malce changes neatly, consistently and witl� the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other pocuments 4 a. If the Documents, other than Drawings, have been kept clean dm�ing progress of S Hie Work, and if enh�ies thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document fi•om the Ciry at the Ciry's usual charge for reproduction and 10 handling, and cu•efully h�ansfer the change data to the new copy to the approval I 1 of the Ciry. 12 3.5 REPAIR / RESTORATION [NOT U5ED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 310 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 312 PROTECTION [NOT USED] 20 313 MAINT�NANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT US�D] 22 23 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 24 CITY OF FOR7' WORTH OakRidge Phase 2 Offsite Snnitm7� Se�ver STANDARD CONSTROCTION SPECIFICATION DOCIJMENTS — DL�VELOPER AWARDED PROJEC7'S City Project No. I02796 Revised April 7, 2014