Loading...
HomeMy WebLinkAboutContract 55495-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SEWER IMPROVEMENTS TO SERVE KELLER ISD - PARKVIEW ELEMENTARY SCHOOL IPRC Record No. 20-0174 City Project No. 103157 FID No. 30114-0200431-103157-E07685 X File No. X-26803 Betsy Price David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth MARCH 2021 Peloton Land Solutions 600 W. 6th Street, Fort Worth, Texas 817-562-3350 TBPE Firm NO. 12207 PROF E SSIONAL E N G INEERLICE N S E DSTATEOFTEX A S KYLE A. KATTNER 118741 CSC No. 55495-PM1 oaoo io SIAI�li�AEtU (;G1�5IIiUC;11GN Sf��C1F1(;AIIUl� UOCUMEI�iTS SECT�ON UO UQ 10 TABLE OF CONTENTS DEV�LOPER AWARDED PROJECTS Division 00 - General Conditians Page 1 oF 4 Last Revised nn� r,,.,;+,.+:,,., «,. n,a,a.,.... n� r��an nn� r....f....,.�:,..,., �,. n:aa,,,.,, n�r�o n��o 85-4�9F} �id �F?�-�i� nn rn�� 00 42 43 Pro osal Form Unit Price 45/22/2019 nn�� $�e�$ n� m�ro�`��T nn� � nn rn�T 00 45 I 2 Pre ualification Statement 09/01/2p 1 S nn� n� rn�IIn 00 45 26 Contractar Com lia�ice with Workers' Com ensatian Law 44/02/2014 88-�5-48 n4 ���-a 00 52 43 A reeznent 06/I612016 00 bl 2S Certificate of Tns�-ance 07/01/2011 00 b2 I3 Per%nnance Bond 41/31/2012 00 b2 14 Pa ent Bond 41/31/2012 00 b2 19 Maintenance Band 01/31/2012 99�99 r_.,,�,,,-.,i r,.,,a;+;,,r,, i� I1�-��r �g n-r rn�� 00 73 10 Standard City Conditions of the Construction Contract for Developer p�/1p/2Q13 Awarded Pro�ects Division Ol - General Re uirernents Last Revised Ol 11 00 Sumn�a of Work 12/20/2012 n t�no n¢ ���� OI 31 19 ��•econstruction Meetin 0 813 0/20 1 3 nY � � �n n�mi ��n7 7 v�i _? i-'�v v7�o��r�r OI 32 33 Preconstruction Video 08/30/2013 O1 33 00 Submittals 0$/30/2013 n �� n4 i���, O1 45 23 Testin and Ins ection Services 03/20/2020 01 50 00 Terr� ora Facilities and Contrals �7/0J/2011 Ol 55 26 Street Use Pennii and Madifications ta Traffic Control 0'7/01/2011 O1 57 13 Stonn Water Pollution Prevention Plan 07/01/2011 O1 60 00 Product Re uirements 03/20/2020 01 6b 00 Product Stara e and Handlin Re 111FE111�llt5 04/07/2014 ni�s �a„t..;r:.,..+:,,,, ..,,a n.,..,,.t,;i;�.,+:,.,, 94�8�.;�� n 7� �rn�j�n� D 1 74 23 Cleanin 04/07/2014 O1 77 19 Closeout Re uireinenis �4/07/2014 O1 7$ 23 O eration aud Maintena��ce Data 04/07/2014 O1 78 39 Pro�ect Record Documents 04/47/2014 CITY OF FORT 1�r70RTI{ Keller ISD - Pai kvietiv Elenrentary School STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS — DEV H�.OPER AWARAEI] PROJ�CTS CPN 103157 Revised March 20, 2020 00 00 10 STAI�'DARI7 C:OI�STRUCTION SPFCIF7CA'I��ON bOCUM�NTS Page 2 of 4 Technical Specifications listed belaw are included for this Project by reference and can be vie��'ed/do«�nioaded from the City's website at: httqs:llapps; fortworthtexas.govlProjectResaurces/ Division 02 - Existin Conditions 02 41 13 Selective S�te Demolition 02 41 I4 Utility RelnovallAbandomnent Q2 41 i 5 �'avin� Rez��aval Division 03 - Concrete Last Revised � a!zai2o 12 1 212 0120 1 2 02/02/2016 03 30 00 Cast-Iz�-Place Cancrete ].2i24;2U12 n�� 7 �;'�� 03 34 3 b Concrete Base Material for Trench Re air 12120i2012 03 80 UU Modifications to �xistin Concre#e Structures 12/20i2012 Division 26 - Electrical Divisio�a 31 - Earthv�-ork � t�o i �;�i�i �1�l0 7 i,,..1.,..�;F,o,7 1-.,,..,.,..+;,.r n�;�vr,-zo-zz�i-�r�i ��z��� � ��.'��nT� �'�� �.z��.���,,.� nt�. g.}�g}� 31 2� 00 Erosion and Sediment Control 12/20/2012 � i�o � , � ���-�-zo;'�'�' �7 �� nn i���n,�ni� �-�--oo llR'15IOtt 31 - N;Xt@r101' 1[il C6vements �� r�i i � i ���nr�ni � �Z�T--1-T i�� i-7'�(�i 32 O1 29 Concrete Pavin Re air 12120/2Q12 ���� �'1��.;t.t� n„�� r�,..,r�o� , �;�,�� '27 1 1 '1(l 7; � T,-o.,fo.-] R.,�o ('.,,,,-�o�, 17!']1]�'l(]l7 �T 2'1� f',...�...,f T.-..,.,+�,.1 A.,�,�, /-'.�,,..�,.,� �� 2�� na;��.%� ��?� ��� , � rn�z � ��� , '';����� 32 13 i 3 CoiYcrete Paviii 12120.�"2012 32 13 20 Concrete Sidewalks, Drivewa s anci Bar.rier Free Ram s 06;OSi201& 32 13 73 Cancrete Pavin .Toint Sealants 12!20i2UI2 � �, n, r i � r�n ��n, � �o 32 1 G l3 Concrete Curb and Gutters and Valle Gutters 1 U.i05;`20] 6 2 ��� , r ,»�n CITY OF FQAT W'ORTH Keller ISD - Pr�i°kview Elementar�� School STANDARD CONSTR[�C'T]C,IAI SPECIFICATION DpCUMENTS - DEVELOPER AVv'ARD�D PROJECTS CI'N I03157 Re��fsed March 20, 202Q ao 0o zo $TANDAEtD CONSTRLiCT101V SPI;CIPICATION DOCCJMEN'TS Page 3 of 4 �5 �-�184129 � 3 � ��� r�t,.,:.. �,,,,,.,,� .,,-.,t rv.,+�., , � r��� 3J-�--�-�-z�i Zl[T:«.., G.�.,....� .,.,.7 !"�.,F..,� 471��z �� [IIT.,.,.1 L'.,.,...,� .,.,.1 !"_.,f.,,. 7'1!'f�� 2"/ �'1 1� f'�...,� :,-. 7]7.,..,, !'�,...,,...,+„ b.,+..:..:...,. [�7.,11� ntiinc��na o ��.�'iTJ vvro�rcvzv 32 91 19 To soil Placemeii� and �inis�ia� of Parkwa s 1 212 012 0 1 2 32 92 13 H cl�-o-Mulcliin , Seedin , and Soddina 1 212 012 0 1 2 �,�.�,� rr,.,,�.. ...,a es.,.,,�,.. t�r�_�z Division 33 - Utilities 33 O1 30 Sewer and Manhole Testin 12/20/2012 33 O1 31 CIosed Czrcuit Television CCTV Ins ectio�� 03/03/2016 2� n2 in i�1�n��n�� �rr rL. zvrzv-r� '2 Z� 1 7!'?�,j_�oli o� F '22��t (',.,-.-nn;.,,, !'`..,,},.,�� T._,n+ C'4n4;.,,,n 177'Y�l7�y � 2�� y � r-r�n,r2n�y � �zz z � �� n-r rn�T 33 04 44 Cleanin and Acce tance Testin oi Wafier Mains 621flb/2013 33 04 50 Cleanin of Sewer Mains 1 212 012 0 1 2 33 OS 10 Utili Trench Excavation, Embedment, and Backfill 1 211 2120 1 6 33-�5-� , � r��z 33 05 13 Frame, Cnver and Grade Ri�i s— Cast Iron o1/22/2016 2�z n�� 8��a-�;8-1�i � 33 O5 14 Adjusting Manhales, Inlets, Valve Baxes, and Other Structures ta 12/20/2012 Grade 33 05 16 Concrete Water Vaults 12/20/2012 �^�� r,.,,...-,,.� r�,.lr.,.-„ , �r��f��n.,�� �� nc �n i�r�nr�n�� �-o�-zv Trrz-o� �vr� Z�� T,,..,,.,1 T:...,.- 7]l.,a., 1'f !'?�� �� nc �n i�r�nr�n�� �--v�-zr �z 2 2� ���!%�-� 2��T 11F71�� 33 OS 26 lltilit Markers/Locatars 12120/2Q12 33 OS 30 Location of Existin Uiilifies 12120120I2 �„� , � r�-��v,-'�u; � � s �Z ii in i�r�n»ni� »--r-r-ry r�-�v�o-z� 33 11 11 Ductile Iron Fittin s 12/20/2012 33 1� 12 Pol in i Chloride PVC Pressure Pi e 11/16/2018 22� 77M111?(17'1 > > 7'J- t 1 tY 1'f !'7�z:r--vi z.vR lr� 33 12 10 Water Ser�rices 1-incl� to 2-inch 02/14/2017 33 12 l� La�•ae Water Mete�•s 12/20/2012 33 12 20 Resiliei�t Seated Gate Valve 12/20/2a12 �� i� �i i�r�nf�ni� �T �r c:or�z::o rz 33 12 25 Connection to Existin Water Mains 02/06/2D13 ?��? l�v t hl1�z �-3-1„��48 n� mo-�rV�r'��� 33 12 50 Water Sam le Stations 12120I2a12 �� n� r1�� CITY dF FORT \�'ORTI�I Keller IS� - Parkview Eleu�entary School STAI�iDARD CONSTRUCTION SP�CIF[CATION DOCUMENTS - DEVELOPER AWARDED PR03ECTS CPN 1 �3157 Reviscd R9arc1� 20, 202Q 00 00 la STANDARD COI�T5TRUCTION 5E'L�CIPICATION DOCUML�3�TT5 Page 4 of 4 A�pendix GR-01 GO 00 Product Requiremeilts END OF SECTION CITX OF FORT �iJORTH 3Ce[]er ISD - Pai-kvieiv Ele�ne�rta�y Sc{aool STANDARD CONSTRUCTIOI�I SPECIFICATIQN DOCUMENTS — B�VELOPEtt ALVARDED PROJEGTS CPN 1 D3157 Reviscd Marcl� 20, 2020 ao az a3 nnr - Rin rRneos�� Pagc 1 of2 S�CTION 00 42 43 beve[oper Awarded Projects - PRQPOSAL FORM UN�T PRiCE BID Bidder's Application Project ltem Infonnation Biddcr`s Proposa] Bid]€st Descri tion Spe�ification Unit of Bid �nit Price Bid Value Item A�o. � Section No. Measnre Quan[ity UNIi i: WAT�R tMPROV�MENTS 1 3305.0109 Trench Safety � 33 05 10 LF 90 $1.25 $112.50 2� 33'11.0161 6" PVC Water Pi�e � 33 '11 12 LF �� 15 � $39.23 $588.45 � 3 33� 1.0162 6" PVC Wafer Pipa, CSS Backfi[I 33 'i 1 12 LF 20 � �u24.00 5480.00 __ �.__ � _ _._- ___-- --- -.__ �. __.._._ .�... 4 3391.026'i 8" PVC Waier F'i�e______ ____ 33 99 12 LF 35 $43.25 $1,593.75 _. .� _--- -- -- --- _ -- - _._._. _..__.-_�_ _ �_.� _ _ __,�.� _... __ 5 3391.0262 8" PVC Waier Pipe, CS5 Backfi[I 34 '11 12 LF 20 $26.00 $520.00 ---____._ __ .___.�._..W.�._ _._ .._______.,____,__.__V_._�.__V_ _ ___.V_.__� ._____._ .--- - -__ 6 3311.OQ49 4" Water Pipe 33 �2 10 LF 3 $36.OD $108.00 _ .. _._ _-___ ____ ------ -- --- ------- .. _______ _ _ _._._.. 7 33'11.000'i Duciile [ron Water Fiitings wl Restraint 33 '19 19 TQN 0.5 $11,752.OQ $5,876.QD _._._..--------.. �______ __ _�.__.. __ ..__ _.._. _. ----- 8 3392.3002 6" �ate Valve 33 'i2 2� �A 9 $1,069.00 $1,069.00 g 3392.3403 8" Gate Valve � 33 ']2 20 EA 2 $1,654.00 $3,308.00 10 3392.3105 12" Cut-In Gate Va[�e � � 33 92 20 � �A � 2 $3,752.00 � $7,504.60 � _ __ _w-_- �. �_ _�_ _...�._ _ _ .� ... ._ _ _ -. 11 3392.0117 Connection to Exisiing 4"-'{2" Water Main 33 '12 25 EA 3 $1,066.67 $3,200.01 ------� ��_.�.���.______..._,_.��___......,.�...___...._.. ------ �2 33'12.2$09 3" Water Meter and Vault 33 12 1'! EA � $21,964.Q0 $21,964.00 _._._ �_ __ . ._...� � _... --________ �__��.__ �.__ �m ..� � T . - � - --- -- -- -� � W �_ .� 13 33'12.2Q03 2" Water Service 33 'I2 10 �A 9 $1,380.98 $1,380.98 --- --_-----------------------��..---._--------..--_-�__- _�_�.. _...._..__ .____ m_ _____�. ._._ . 14 4241.1515 Salvage 3" Nieier Meter 02 41 14 �A 9 $2,D5�.00 $2,051.00 --------� .____�____�___._ ______ _______.._ __.___.____ __ �5 9999.ODD1 1" Irri ation Meter Box 33'i2 10 EA 9 $652.QQ $fi52.00 TOTAL UN1T I: WATER IiNPROVEM�.NTS $50,327.69 l]I�IT 11: SAIVITARY SEWER [MPROVEMENTS 16 3305.0109 Trench 5afet�_________ 33 05 10 LF 40 $2.00 580.00 _. ��_------ -------- _._..---- -------- ---------- _..------_.._ _�.__._- . . _ ....____ __ _ __m ______._ � 7 3301.0002 Post-CCN Inspection 33 01 3'� LF 40 $2.5fl $100.00 � -- - _.__ _�. _.. _ . . __ _. _..__. .� ... __-----. _....---.._...--- 18 3301.010'[ Manhole Vacu�m Testing 33 01 30 �A 2 $225.00 $450.00 � __ _ � � _ ____ _ _.. . ___._____ _._... _ __. � 9 3331.5753 15" Sewer Pipe, CLSM Backfill 33 'I 1 10 LF 27 i75.0� $2,025.p0 �20 TT_ 3331.31{��[ 4" 5ewer Service 33 31 50 EA '1 $563.00 $563.00 __.- _-. --------_�._ ..- � __ .. _ ._____.__ __. _ ._. . _ _.� __._ �� __ � 2� 3331.3� Q2 4" 2-way Cleanout 33 31 50 �A 1� $544.75 $544.75 -- -- -_�_ _. ____ __ __ _.___.__ ____..�______ _�� , _ _. .__. _ _ _. __ _ __�__�_ ------ �2 3339.10(}1 4` Manhole 33 31 20 EA '1 $5,D5'[.64 $5,051.64 _. . _.. _ ._..___ ___ _ _. ._. _______._. �_.__..__.. __ ._ _�..--__ _ .-. � __.___.__ �_.._..--- ------.._ .... __....----- ---- ----- � .._._._ 23 3339.'(D03 4' Extra �epth Manhole 33 39 1Q 20 U� 4 $393.50 $1,574.00 __ -- - -- --------- _�_�..------ - -- ---- - --- --__ __ ,_ � .. �_ _ ... _ _ .. _. �.__ _ _.. _ . .. _ � . __ 24 9999.fl0�2 Connect io Existing Manhole 00 00 00 EA 1 $1,024.00 $1,024.p0 - �_ _ _____ �_ _�_ �. _.�.__ �...__� ___._ � _____._ _�.._._ ._ _. __..�.._ __.__. ._ __._ 2� 3331.4115 8" Sew_er_Pi}�e � ��_�_ ___.__� 33 31 20 LF 40 ____ $42.OQ _,_$1,6$0.00 2� 0241.2011 Remove Ex. 4" Sewer 02 41 14 �FT 27 $29.61 $799.47 .__..___..______. �_ __..------------------... _.....__.._-_._____.__.�._____. ..______ 27 3339.00fl1 E ox Manhole Liner 33 39 60 VF 10 $45.Of� $450.60 TQTAL UN1T II: 5ANl7ARY SEWER IMPROVEMENTS $14,341.86 UNIT III: PAVINCy fNlPROVEMENTS 28 0249.1000 Remove Conc Pvmi 02 4'1 15 S� 230 $78.1fi $17,976.SD _.. __. � ___ _-_ __ ____�_ _� _,�� _ __ _ _ ._ _ _ .�-.___ _. _ _ ____ . _ _ . _ � _ Z� 024i.130fl Remove Conc Curb & gutter 02 41 15 LF 90 $11.74 $1,056.60 _ _ �_ � _ ._r.. ___„__. ___.� _,__ __ �,_._. __. _ _. _ ._. . _ __ .__ _.r_ ___ .___ . _ .. __.____.__... _ _ ....�_ -----___ �._ _.� ___ .-�_ 30 024'i.0'100 Remove Sidewalk 02 41 13 S� 18D $6.12 $1,101.60 _.__.. ____ .��._ __m__�. �__._.,_.�_______ ___ . .__.____ ____r _ ____�__� _ _ __�_ _ _ .__.._u_ _ _._ _____�__. _ ..�.__ __._ 31 32�3.0904 9" Conc Pvmt 32 13 13 5Y 230 $138.42 $31,836.60 -__ _ _. mm - --- - --- - - _ - - - ----- - ___ __. _ _. �. �. _ 32 3216.a101 6" Conc Curb and Gutter 32 16 13 �� 90 $26.68 $2,401.20 _.__. .... ---. ___ _.._.__. _._.._�_ _ ____ __. _ _. ___ __ __ . _ ___ __ _.__- - - �_� 33 3213.Q301 4" Conc Sidewalk 32 13 20 S� 180 $7.69 $1,384.20 .__ . _ .._ _ _. , .. . _ _ _ .... . _ � �.. . .. . . ..._._. _ _ . . ... _ _ . _ ...---- ------ _ --------- 34 347'I .0001 Traffic Control 34 79 13 LS i $4,52&.Ofl $4,526.00 w__.. .. .__._V_.__._.___.____ _.W.__. �._ _ _ _... _._ ____...._.. .__ ._. ..__.. . _._ _���_ _ .__.�____ _ 35 329'[Ai00Topsoil 329213 CY 8 $35.00 $280.00 _ _ _. _,_ _._ _ _ _ _ ___ __ __ �r.___ __._ __._�. _ _ _�._ �__ _.... ._�____ __ _._. 36 3292,q104 Biock Sod Placement 32 92 13 SY 50 $50.OD $2,500.00 __. ______..__ ...__..�_______..._ .._. ._._. _.._.__ _. _ _ _ ___._ _�. �_��.._ ___ __ _ 37 3925.Qi01 SWPPP �1Ac 31 36 Cf00 L5 9 �u750.0{l $750.00 TdTAL UNIT Ifl: PAVfNG IMPROVEMENTS $63,813.60 CITY OF FDR7 �'ORTIi STANllARD CPNSTRUCi'i0N SPGC[FICATION �bC[7W1�t�7T5 - J.l&VEF.OP�R A�VARI?GTl PR9ILCCS eo��v��s�on��yzz,so�v Parkview B� QTOxls oa az a; [1A7 RIC7 PRCIPCICA[ Ra¢e Z of 2 S�GTION 00 42 43 developer Awarded Projects - PROP05AL FdRM UNIT PR�CE B�D Bidder's App�ication Project. Item infon�iation Sidder's Proposal Sidlist Description Spcc�fieation Unit of B�d Unit Pnce Bid Value Nem l�'o, Section No. Measure Quantity Bid Summar� UNIT I: WATER IMPROVEMElVTS UN1T EL SANITARY SEWER IMPRdVEMENTS UNIT III: PAVING IMPROVEMENTS Tota] Construction f3id This Sid is submitEed by t}�e entit,y named 1�elovv°: BID➢EEt: Steele & Freeman, lnc. 136] Lawson Road Fort W'orth. Texas 7613] Confrac#or agrccs to complete WORK t'or �INAL ACCtiYTAI�CE rr�iEhin CONTRACT commences to run as prorided in the Gcncral Co��ditions. gZ; Jared Sor�es �� T17"LF,: Sr , Fro ject Plariager DAT�: 3/7/21 END OF SECTIDN CITY OF f ORT NrOR'fH STA��I]AR6 CONSTRUCTION SPECIFICATIOK DOCiJA-I�hTS - DFVFL6PER A1M1�'ARDED PRO]ECTS Form Version May 22, 2Q] 9 $50,327.69 $14,341.86 $63,813.00 $128,482.55 14 norking da��s after thc datc when Ehe Parkview ES QTO.xIs ooas iz i�4P PRFC>I�AI lf'1C'4T7C�N ST4TFMFNT Page 1 of 1 s�cT1oN oa as i2 DAP - PREQUALiFICATION STATEMENT Each Bidder is required to compleie tl�e inforrr�ation below by ide��t�fyi«� the prequalificd contracfors andlor subcot�tractors whnm they intend to utilize far the ma�or «�nrk type(s} listed. In the "Major Work Tvne" box pY'ovide t4�e conlplete �aaajo�- work ty_pe az�.d actual description as provided by the Water Departmei�t for uTater a»d sewer anc€ TPW for pavin� Major Work Type Ca��tracior/5ubconiractor Coinpany Name Prequali�cation Lx iration Daie Water New Development - $" and under '� � RE LINE SERVICES, INC . D_���-Z y�- 3 5anitary Scwcr New Develo ment - 8" and under ���� LI�E sERvzcES , ztJc . c�_ 3�} �-Zp Z-Z T13e undeE•signed l�ereby certifies that the cantractors a��d/oz- subcontractoes described in the table above are cun-ently prequalified for the work types listed. B�IDDER: DATE: END OF SECTION CITY OF FORT WORTH STAN UARD CONSTRUCTION PiiEQUALIFlCATION STATEMENT — �EVELOPER AWAR�f P PROlECTS 60 45 12_Prequalffl�atfon Statement 2015_DAP.docx Farm Vers�on September 1, �615 1'l lL�;: 1i(�S � dP�f7�' OD4526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSA710N LAW Page 1 of 1 [l 2 SECTIDN 00 45 2G CONTRACTOR C�MPLIANCE WITH WORKER'S COMPENSATION LAW 3 P�rsuant ta Texas Labor Code 5ection 405.095(aJ, as amended, Contractor c�rtifies that it 4 pro�ides worker's compensation insurance coverage far all of its e�nployees employed on City 5 Project I�o. 103157._ Contractor further certifies that, pursuant to 3exas Labor Code, Section 6 4p6.a96(bj, as amended, it will pro�ide to City its subcontractor's certificates of compliance with 7 warker's compensation coverage. 8 CONTRACTOR: 9 l0 ]I 12 13 14 15 ]6 17 18 19 Za 21 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 5'TEELF & FREEMAN, INC. Company 130i LAWSON ROAD Address FGR�' [�dORyH, TWXP,S '613��� City/State/Zip iHE 5iA7E OF TEXAS § COUNTY OF TARRANT § B y: Sigr Title: rRESIDENT (Please Print} BEFQRE ME, the ndersigned aut�ority, on this day personally appeared � 1��Q�� � �,�Cnown to me to be t�e person whose name is s�bscribed to the foregoing instr�ment, and acknowledged ta me that he/she executed the same as the act and deed of S�e.21e- �r �Ye�'lG.11,�c • for the purposes and consideration �herein expressed and in the capacity therein stated, � GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of �_ 1��.-C�CC , 2021. •�O�*RY��B( ANGELICALGLAU8�R ;'2: % : '_*� *- My iVotary ID # 1299fi2183 :�,•�'�= �+� `,�..�y,,, ,[o .�y(� :9rF;6F ti�+C� ��iS JCpWl11UG� Ey� LU� Notar Publi n and for the State of Texas EfVD OF SECTION CITY OF FOR7 W4RTH Keller ISD - Parkview ElementarySchaol STAN�ARD CONSTRUCTION SPEC€FICATI4N �OCUMENTS CPN 1p3157 Revlsed Aprfl 2, 2014 605243-1 �eveloper Awarded Project Agreement Page 1 of 6 � s�crioN oo sz �� 2 AGREEMENT 3 THiS AGREEMEfVT, authorized an �Z ���, �'Z � is rriac�e by and between the 4 Developer, Kelier ]ndependent 5chool District, authorized to do husiness in Texas ("be�eloper") , 5 and Steele & Freeman, Inc., authorized to do business in Texas, acting by and through its duly 6 authorized representati�e, ("Contractor"). 7 Developer and Cantractor, in consideration of the mutual covenants hereinafter set forth, agre� 8 as foliows: 9 Article 1. WORK I4 Contracior shall com�[ete all Work as specified or indicated in the Contraci Documents for the f 1 Project identified herein. i2 Article 2. PROlEC7 13 The project for which the Wark under the Contract Documents may l�e the whole or only a part 14 is general[y descril�ed as foflows: 15 Ke!!er !SD - Parkview Elementar School I 6 CPN .Z 03157 17 Article 3. CONTRACTTIME 1S 3.1 Time is of the essence. 19 All time limits far Milestones, if any, and Final Acce�tance as stated in the Contract 20 bocuments are of the essence to this Contract. 21 3.2 Fir�al Acceptance. 22 The Work will be complete for Final Acceptance within 14 working days after the date 23 when the Contract 7ime commences to run as provided in Paragraph 12.04 af the 24 Standard City Conditions of the Construction Contract for be�eloper Awarded Projecis. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that De�eloper 27 wil[ suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 29 of the Standard City Conditions of the Constructian Contract �or De�eEoper Awarded 30 Projects. The Cantractor afso recognizes the delays, expense and di�ficulties involveci in CITY OF FdRT WORTH Keller ISD - Parkview Elementary5chool STANDARD CONSTRUCTION SPECIEtCAT10N DOCUMENTS— DEVELOPER AWAE2DED PROJECTS CPN 103157 Revised lune 1fi, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 5 31 32 33 34 35 proving in a legal proceeciing the actual loss suffered by the De�elaper if the Wark is not completed on time. Accordingly, instead af requiring any such proof, Contractar agrees that as liquidated damages for delay {but not as a penalty), Contractor shall pay Developer zero Dollars (�) for each day that expires aft�r the time specified in Paragraph 3.2 for Fina1 Acceptance unti] the City issues the Fina[ Le#ter of Accep�ance. 36 Ar�icle 4. C�NTRACT PR10E 37 be�eloper agrees to pay Contractor for performance of the Work in accordance with the 38 Contract Documents an ar�ount in current funds of one hundred twenty-eight thousand, four 39 hundred eighty-twa Dollars and fifty-five cents ($128,482.55). 40 Article 5. CONTRACT DOCUMENTS 41 42 43 44 5.1. CONTENTS: ,A. The Contract aocurr�ents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 45 2. Attachments to this Agreernent: 46 a. Bid Form [As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2} Prequa[ification Statement 49 3j State and Federal documents (projectspecifie) 50 51 52 53 54 55 5b 57 58 59 b. Insurance ACORD Form(sj c. Payment Bond (DAP Version) t�. P�rformance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney fflr the Bonds g. Worker's Compensatian Affida�it h. MBE and/or SBE Commitment Farm (If required) �. Standard City General Conditions of the Cons�ruttion Contract far Developer Awarded Projects. 4. Supplementary Conditions. CITY OF FORT WORTH Kel[er 15D - Parkview Elemenfary 5chool STAN�ARD CONSTRUCTION SPEC]F[CAT10N L10CUMENTS — DEVELOPER AWARDEO P]iOJEC7S CPN I03157 Revised June 15, 201fi 005243-3 Developer Awarded Praject Agreement Page 3 of 5 60 5. 5pecifications specifically mac[e a part of the Contract Documents by attachment GI or, if not attached, as incorporated by reference and described in the iable of 62 Contents of the Praject's Contract �ocuments. G3 f. Drawings. 64 65 G6 67 68 69 7Q 71 72 73 r►�,r:r..ra�t:� 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be deli�ered ar issued after the Effective Date of the Agreement and, if i55U�CI, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Fie1d Orders. c. Change Orders. d. Letter of Final Acceptance. C(TY OF FORT WORTH Keller ISD - PQrkview Elementary Schoo! STANDARD CONSTRUCTION SPECIFICATION aOCIiMENTS— dEVELOPER AWARDED PROJECTS CAN 103T57 iievised June 16, 2(}�.6 Off5243-4 DeveloperAwarded Projeci Agreerr€ent Page 4 of 6 75 Artic[e 6. INDEMNIFICATION 76 G.1 Contractor co�enants ancl agrees to inctemnify, hold harmiess and defend, at its own 77 expense, ihe city, its officerS, ser�ants and emp[oyees, from and againsi any and a11 78 claims arising out of, or alleged to arise out af, the wark and ser�ices to be performed by 79 the contractar, its officers, agents, emplayees, suhcontractars, licenses or in�itees under 80 �his contract. This indemni#ication provision is specificallv intended to operate and be S� effecti�e e�en if it is alle�ed or proven that al[ or some of the dama�es bein� sou�ht 82 were caused, in whole or in part, bv anv act, omission or ne�li�ence af the citv. i'his 83 indemni�y pro�isinn is intended to include, withaut [imitatian, indemnity for costs, 84 expenses and Iegal fees incurred by the ciiy in defending against such claims and causes SS of actions. .. 8'7 88 $9 90 9I 92 93 94 95 6.� Contractor co�enants and agrees to indQmnify and hold harmless, at its own expense, the city, its afficers, ser�an�s and empfayees, from and against any and all loss, damage or d�struction of pro�erty of the city, arising out a�, ar alleged to arise out of, the work and serUices to be performed by the contractor, its offiCers, agen�s, employees, subcontractors, Iicensees or in�itees under this contract. This indemnification �ro�ision is specifically intended to operate and be effecti�e e�en if it is alleged or pra�en �hat all or some af the dama�es bein� sough# were caused, in whole or in part, by_ any_act, amission or ne�li�ence of ihe citv. 96 Article 7. MISCEi.l.ANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Cor�struction Contract for De�eloper Awarded Projects. 1Q0 7.2 Assignment of Contract. 101 This Agreement, including alI af the Contract Documents may nat be assigned by the 102 Contractor without the ad�anced express written consent of the De�eloper. 103 7.3 Successors antt Assigns. 104 De�eloper and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all co�enants, agreements and ]06 ab[igations containeci in the Contract Documents. CITY DF FORT WORTFi Keller ISD - Parkview Elementary School STANDARD CONSTRUCTtO(V SPECIFICATION DOCUIVIENTS — DEVELOPER AWARDED PROJfCT5 CPN 103157 Revised lune 16, 2Dlfi OD5243-5 Developer Awarded Project Agreement Page 5 of 6 ]07 7.4 5everability. ]08 Any provisian or part of the Contract Documents held to be �nconstitutianal, void or ]09 unenforceabfe by a court of cor7-ipetent jurisdiction shall be deemed stricken, and all 110 remaining pro�isions shall continue to be �alid and binding upon DEVELOPER and 111 CONTRACTQR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Docurr�ents is perfarmable in the State of ] 14 Texas. Venue shall be Tarrant Cauniy, Texas, or the United States District Court for the ] 15 Northern Qistrict of Texas, Fort Worth Di�ision. 116 1 17 7.6 Authority to Sign. ]]8 li9 12U E21 122 123 l24 ]2S Contractor shall a#tach e�idence of authority to sign Agreement, if o#her than duly authorized signatory af the Cantractor. IN WITNESS WHEREOF, Developer and Contractar ha�e executed this Agreement in multiple counterparts. This Agreement is effecti�e as af the last date signed by the Parties ("Effecti�e Date"� Contractor: De�eloper: S C� By: (Signature) � �t �G� o�" ���v��1C7 £ �� CITY OF F4RT WORTH Keller ISD - Parkview Elementary Schoo! STANpARD CONSTRUC�ION SPECIFICATION DQCUMENTS— DfVELOPER A1NAftDED PROJECTS CPN I03157 Revised lune 16, 2015 STEELE & FREEMAN, �NC. 005243-6 �eveioper Awarded Project Agreement Page 6 of 6 MZCHAEL FREEMAN (Printed Name) TItIe: PR�SZD��r� Company Name: Address: z � o z ���aso� �a�� FORT WORTH, TEXAS 76131 City/5tate/Zip: MARCH 18. 2�21 Date 126 ��V� L� �{�Y��� � (Printed Name) Title: � � ���'O� �- ��,111�l� � �9✓v�.% Company name: � Address: I 1 3� o��—��$ 1� ��'�, ��7 �_� �rJY7 �' �A 1Dii Tl.� a City/5tate/Zip: 3//�� Zoz Date CITY OF FORT WORTH Keller 15D - Parkvrew flementary Schoo! STANRqRD CdNSTRUCTION SPECIFICAiION DOCUMENTS — DEVELQPER AWARpED PRaJECTS CPN 103157 Revised June 16, 201fi a06125-1 GLRTiPIGAT� OI' Ii1SCTRf�NGL P�ge l of t 1 SECTION 00 61 25 2 CERTIFICATE OF 1NSURANCE 4 10 11 12 13 14 15 1G 17 IS CITY �F FQRT WORTH Keller I5D - Paf•kvrew Efenre�ua�y School STAI�iDAR17 CONSTRUCTIOv SP�CIFICATiQN DOCUn�1E�TS CPAr 103157 Revised July 1, 2011 . , � Pond No. K4022581A M 0o sx � - x PERF6AMANCE 6f3ND Page i af 4 ti s�c��o� t�� �z a.� 2 AER�ORMA�lC� BO�fD 3 a r�tE s��tf� o�'t�x�s � 5 § KN4W ALL BY'i'fiES� PRf5�NTS: 6 C[aUMY E7F TARRAPi'f § 7 8 That we, _ SteeIe & Pxeem�,.Inc, _� [cnown as 4 "Principai" {�erefn and __ Federal �surance C.�rn�any „„. . a ccsrparate surety �0 js�reties, if t�are than nnej duly aut�orizect to da busines� in the State of T�xas, knov�m as 11 "Suret�' hsrsin {whether one or more}, are h$IcE and firm�y bound erntothe qeveEoper, Keller 12 Independent Schaol Distric#, authorixed ta do business in �exas �"Oeveioper"y and the City of 13 fort VVorth, a'iexas municipa! corporation {"Crt�'), in tF�e penal sum of, one h€rndred �erttyr_ 14 aigi�t th�usand, fnur hundred eighty-twn dollars and �'Efty»flve cen�s {$1,�5,482.SSj, ta�u[ money 15 af ihe United S�ates� #o be paid in Fort �Vorth, iarrant Co�rr�ty, Texas #or t�e payment of whfch lb s�rr� wel! and truly ia be mad� jaintay unta the peveloper �nd the Clty as dua! aisf igees, we bind I7 aurseEves, our he[rs, executar5, adminlstrators, suacessors and assignx, Jaintly �r�d seueraliy, 18 ftrtr�iy 6y these presents. i9 WiiEREAS, �veloper and C[ty have entered inta an Agreernent for the construGtlon af ZO comrnu�lty facil�ties fn t�e Ciiy ef Fort Warth by and througtt a Cornmun"�Ey Faclii#ies Agreement, 21 CFA N►�mbe� 2D-a�4% ar�d 22 WHER�AS, the Prir��lpal i�as entered into a certain written contractwith th� Detieloper awarded � -- — — --- _ _ _ z3 ti�e � day 4f `— - �- --� 2Q21; vu�ich C.an4r�ct Is herebyreferred #o a�d-�nade a- --- -- 24 part hereof for al) purposes as if #uliys�t forth hereln, to iurNsh ail rnateria[s, eq�iprr�ent iabor 2S and other acceSsories de�ned by law, ia t{�e pr+osacut[nn af t�e Work, including any Change 26 prders, as provtded for 9r� said Cantract siesignated as Keller 15D - Park�iew Ffementory Schoul. 27 NOW, TH��tE�OR�� the cond[tion of tf�is abligetfon is such that If the said Prir�ripat sha#I 28 faithfully perfc►rm �t obtigaiEor�s uRder the Cor�tra�t and shai! ir� ail respects du�y and faftt�fufly 2S perforrn the I�Jork, including Change Drders, under t}�e Gantract, according to the plans, CRY L1F FORT 1hIQR'E'H Keller �SD - Ptr11�vlew FkYrsantarySchanf SfAN�ARA t7'TY CbNnIiIflNS— pEVELOP£R AWARDED PRO]ECfS tPN203137 Revlsed Janvary 31, 2412 oosi�-2 PfRFORhAAN�EgpN❑ pxga 2 of 4 1 spec�ficatians, and contract dacurrsents therein re€erred to, and as weiE during any period vf 2 extensian of the Contract that may h� granted on the parE a# the Qevefo�er at�dJor City, then 3 this obligation shall be �nd become null and �oid, vtherwise ta remaln En fuil fnrce and ef#ect. 4 PROVlbEp FURTHER, that ff any iegal actian he filed an this 8and, venue shall iie in 5 7arrant Counfy, Texas or the United 5tates pistrict Caurt for ti�e Northem nistrict of Texas, Fort 6 WoRh bivision. 7 Th�s bond �s made and exec�#ed fn eompiiance with ihe pravisions of Chapter 2��3 of 8 the Texas Government Code, as amended, and a{I liabilities an this bond shalR be determined in 4 accordance with the provisions nf said statue. 10 1N WiiNiSS WHERECIF; the Prfr��ipal and tf�e Surety ha�e SIGAlE� and SEALFD th€s 1 l instrument by duiy authorized ager�ts and offlcers on this the ��� day of �f's�' �- i2 !,_,,,,12D21, ]3 14 Fs �s �� �s 19 za 21 22 23 24 25 26 27 A ST: � Dena Rowland �Princip2l} 5ecretary crrr oF FOAr woar� SfAI+iDARD CITY CONDRIDNS — DEVElOPER AWAi4DED PROIECTS Revlsed January 31, raxi PR1NCiPAI: Steele & Preeman, Inc, Nlichael D. Fzeeman, Presiden� {�idlil2 @i1(# Tltil? lcdle r f5D - Parkvirw Elrmentory �choo! CAiV 103157 a04213-3 PERFORMAN(� gpND Wag! 3 of i ] 2 3 4 5 6 7 $ 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 36 3l Witness as tv Principal _1��f -' � � Witness as to Surety CITY 6F fOR7 WOEiTH STANDAiiD CtSY CONOfTIONS—DEVELOPER AWARDED PitOJECTS Revked Jarwary 33, 2012 AddreSs: 30 n Ro d Fort Worth, TX 76131 SUREiY: Federal Insurat�ce Company BY: Signat re c Natrte ar�d 'fitie Address: _ 121 N Rayner St __ .^_ Fort Worth, TX 761I1 Telephvr�e Number. 817/33Cr852Q Kcller ISd - Panlwiew �Iemrrrtary Scifoal cPh 2��r �48213-4 PEiiFORMIWtE B�ND Page 4 0� q 2 d #f�oie: tf signed by an o#�leer of the 5ttrety Company, t�ere m[tst be on file a certi�ied extract S from t�►e by-laws s�owing tt�ai t�ls persan has authority to sign such obfigatfon. If 6 5urety's physir.�l �ddress is different from [ts rr�ailing address, bot� must Ise pravlcfed. 8 i�e date of tF�e bond s�at[ not ba prinr to ihe date the Contract is a�varcled. [SiY pF �RF WDii'tH Kdler ISD - Par�tview EkmentcrySchpof ST{4H�A(iR CE7Y CUNpIi�[DNS — DEVEt4pER AYJARUEO PRG1C{T5 CFN 10315T RevSse�lanuary 3Y, 2oi2 Band No. K4Q22581A M 40 621A- i PAYMENT BflN11 Pa�e 1 of a 1 SELTI(�N OD 8� 14 Z 3 � TH E STA'iE t� "��i5 § 5 6 cou�lr�r oF rARl�4�1r g 7 8 _ 9 10 11 IZ 13 �� 1S �6 �7 18 PAYMEh[� 80i�D § KNOW ALL BY'�HFSE ARFSENTS: 7hat we, 5teefe & Freen�ax► Inc. known as "�rincipaY` herein, a�d �e�rai��wrance �oi�pan�v _ , a carporate sureky ( ar sur�ti�s �F inare than anej, duiy authorized tn dts bus[ne5s [n the Siate of '�exas, knawn as "5uret�f' tierein �vuhether one or mare), are i�e1d and frrmly bo�nd ur�to the Developer, Keller Indepen�er�t Sehaol Distri�t, author9zed ta da business in Texas `{p�,nrefoper"), and the City of Fart Worih, a'fexas mun[clpal carporatiat� ("City"j, in the penal sum of one hundred iwenty-�ight ihousand, four hundred eighty-two dol�ars ar�� �Sfty iive r.�nts �$5�8,452,55), iawfu! mQney af the United States, to he paid fn Fort Wori�, i"arrant �nunty, Texas, {or fha payment of whlch sum weil and truky he made Jofntly unto t#�e f]�veloper and #he C�cy as dual fl6fEge�s, we bind ourselves, our hEirs, executors, adcninistratars, successors and assigns, Jointiy and severa[Iy, �irmly by these presents: 19 WH�t�A5, Oeveloper and C�ty have entered into an Agreerrient far ihe corisfructivn o# 2fl community facilities in the City of Fort Wqrth, by and thro�gh a Cornmun�ty �ac��l�ies 2l. Agreernent, CFA I�t�rnber 2Q-��.47; and 22 WH�R�A5, Pr�ncipal has �n#ered into a certaln ►vr�t�en Contract with Develaper, �l' �/�- , 2D?1, vsrhici� Contract Is hereby z3 awarded the �day of ; /!!: ' 2� r�ferred to and made a part h+�r�of far ali purpases as If fully se# farth hereln, to furnish aEl ZS materEals, equipment� labor and at�er acc�ssorles as de�ined E�y law, i� the prosecu#ian of tt�e 25 Woric as provided for in said Ccmtract and designated as Keller ISQ - Porkview �lemeniary5choal, 27 NaW, iii��i�FQRE, iHE CONDIfi(ON 4F THES OBI.iGA�lOid is such that if Princip�t sha�l 28 pay ai1 rnanies owing ia sny (�n�4 allj payrt'ient bond hene�iciary (as ciefitted in Chapter 2253 uf C{'I'Y �F p0iti'HfCRTH STANDAHi3 C[TY CON�ITTOiVS — REVEtOPER AWARpEfl PEt�IECfS Revlsed January3S, 2D�2 Ket�er 15D - FwRview flementary Schoaf CPN 103I57 OOb�i.4-2 PAYMENT D�ND Page 1 af 3 1 ihe '%xas Government Cnde, as amended) in the prflsecution of the Work under the Cc►ntratt, 2 then this obliga#�an shafl be and Eiecome null and void; otherwise ia remafn in full force and 3 efFect. 4 This bond is made and executed I� campliance with th2 provisions o# Chap#er 2253 of S the Texas Government Code, as arrrended, and all liabilities on this band sha11 be cietermihed in S aGcardance with the pravisians af sal� statute. 7 !N WITNESS WHEREOF, the Principal and SurBty heve each 51GNED ancE SEAI.ED this S in5trument hy du�r authorized agents and affiters on this the 1��- day of � . ��.,rc�.. , zo2s. io ATf ESi: (P nc pa!) �ec e�ary Witness as to Princi�al Gft'f tlF FORT WORTH 57ANbARD QT3' CONDif10H5— OEVEt,OFEH AWARDED pEtpJECfS Rc�lscd January 3i, 2012 Michae� I}. �reeman, President t�ar�e and Title Address: 134i I,awsan Rflad Fort Worth, TX 75131 SURETY: Pederal Insurance Comvany Keller IS� - Parl�irJeM, Ffeme�torySchool CPN 703257 PRINClPAL; � Steele & Freeman, Inc. — ----- _ _. Od 6214 - 3 FAYMEN7 64NA Page 3 oi 3 � -'� ATTES7: BY: � �• Signature Trac� 'I�titker, Attorney-in_Fact (Suretyj Secretary A�� i.�� ,r !i. ,/ Witness as to Surety [ Na�e and %tle Address: 121 N R$ er St _Fort Wa__ __rth� T� 7b111 Telephone Nurnber: 8171336-$520 2 Note: If slgned by an officer of the 5urety, ihere rn�st be on fi1e a certiflecf extrac# #rom the 3 bylaurs showing #hat this persQn has authorfiy to sign such obligatiorr, If 5urety's physlca! �# address is different from its maiiing addcess, �ath must be prvvided. 5 6 7 8 The date of the bond shall not be prior to the date t€�e Cantratt is awarded. ENp OF SECTiOhI C[TY QF %i3RT 1NOFiTH Keller I50 - Parkvlew flemeRtory Sthop! STA,�lAARD Gt1Y CONDfPpNS-4EVELOPER AYVAROED PRQJECTS �'pN ]03J$7 Revised lanuary 31, 2012 Bond No. K4022581A M ao�z�-s M,wr�'r�nr�ntc� sorr� Pa�� � �a 3 2 3 4 5 b 7 'T3�lE STATE �F T�}�AS COU�d'i'Y t3F TAiiiiAi�f� S�C�'1i7N 00 62 �,9 MAIN�'�h1ANCE BC1lVp � § KNt]W A!.! BY �ES� Pft£S�NTS: § 8 That we�, ��eele &�reeman, Iac,,,. , knovun as g "PrincEpal° �erein and Federal �urance C4m�,anv _.,,_, a corporate surety !p (sureties, iF more ti�an one) duiy autharixed to do husin�ss in the 5ta#e a� Texas, k�a�rrn as i 1 "Suret�' �erein {vsrhether one or more), are held a�d flrrmiy #aaurtd untn the Deve�ager, Ke11er i2 lndependent School d9strict, autf�or€ze� to do E�usiness in Texas �"flevelope�') aqcf the City t�f 33 Fort Warth, a Texas mu�icipaE corporation ("City"j, in the sum of ane hur�dc�d twenty-eig�t ]4 thousand, fouc hundred elghty-two dallars and f�fty-fi�e ce�tts (�1�28,4�2.55}, Iar+sr�ul mvney af �5 the Un'tted States, t¢ be pa�d in Fart Worth, �arrant Caunty, Texas, fvr payment of which s�m lb 17 ia 19 2U 21 22 well and truly be made JointGy vr�to the developer and ihe City as dual obligees and tl�eir successors, we bir�d aurselv�s, nur heirs, execvtars, adrr�iniskrators, successcrs and assigns, jaintly ar�d sever�ally, firmiy bythese presents. itVH�R�AS, AeYeEn{�gr and Clty have eni�red into an 1#gt'eement ft�r ihe c8ns#ruc�ian af camrrtunity facilities in the C1ty of Fart 1ltiforth by and througf� a Community Facilltles Agreementr C�A i�umber 2�-�147; and 23 VfRH�R�AS, the Principal has entered into a certain vufit#�n eontract with the Qeveloper 2� aWard�d the ��� cfay of ��'.iC,' �- � , 2a23., wh[ch Contract is hereby �S referred to and a made part k�ereof for all pcsrposes as iffufly set forth hereln, to furnish all 25 materiais, equ�pment iabor ar�d a#her accessor[es as defined by law, �h the prosecutian of the 27 2$ 29 Wnrk, includin$ any Work resulting iram � duly sutharjzed Change Order {copeck'sv�ty herefn, the "Utiork") as pravided for In sald Cnntract anrl dQsEgnated as Ke[ler ISD - Parkv�ew Elemerrtary SchooJ; and tFTt( OF FDR'f 1NORTH .STANaARDCfTY CC7NOIT1DN5—bEUELnpERAWAR�Eo PRolECfS Rcvked January 31, 7012 Kelier 156-Parkvkw E7ementorySchoo! CPN103f57 oasz�s-2 A�tAiNifNANGE 80Hli Page 2 af4 1 Z WiiEfiEAS, Prtnc�pa! binds its��f ta use s�ach rr�aterlals and to so canstruct the SNork In 3 a�cordance with the plans, specifkations and Cpnt�~ac�t Dacuments �at the Woric is artd witt 4 remain free frarr� d�fetts t�s rr�aterials or wo�fcmartshf� for �nd during the pet-iod nf two �2j ye�rs S after the date o# Elna! Accep#ance a�the Wark by tite City ("Mainten�nce period"j; and L 7 WHEEtF.AS, Principai bir�ds itseffta repairor reconstructthe Wnrk in w�ole or in part uppn 8 receivi�g notice ir�m the bevs�ap�r and/or City af tf�e neecf thereo'f at any tirs�e witf�in ti�e 9 Maintenance Period. 10 l l hl4W 'iialE�tEFORE, t�e condition af thEs obiiga#tpn is such t�at � Princlpa! shall rer►�edy 12 any defective Wark, for whlch #imely notice was provided by Ae�eiaper or City, to a cQmpletion �3 satlsfactory to the City, than tF�[s n�ligation shall l�ecart�e nuq and v�sid; oi€�erwise ta rer�ain in 14 fuil %rce and effec�t. lS 1G PRDViDE€7, HOW�it, if Pr�nc€p�l shali fail so to Eepair ar recnrtstruet any timeiy 17 noticed defective Work, �t is agt'esd 4h�tthe aeveloper or City may r.ause anyand afl such 18 defectiv� Work to be r�pa[red and/or renonstructed with alI associated casts thereqf �etng I9 born� i�ythe Pfincipal and #E�aSurety underthis Ma9ntenance Band; and �0 2i PROYI�ED �ilRTHER+ that lf any lega[ adian be filed on thls eand, �enue sMall ile ir� 22 Tarrant County, Texas or tf�e United States Ufst�icf Cvurt far th� Hort�evn ��strict ofi Texas, �orE a3 we�n ���r����; �na � �5 FR(]VtD�b FURTHER, that this abligation shatl be continuaus ih nat�r� and successlve 26 recaveries may he had hereon far successiv� breaches. C�l Y OF FORT W�RTH Xe�er t5� -PorkV�ew Fkmn[ary Srhea! 5iANDAR➢ p7Y CONQI'ElDtaS -- pEYELOPER AWARREO ARQJSClS CPN 503�,,i Revise3l�nuary 3�, 2012 4)O EI 1S � 3 NlAINTENANCf 80Nb Page 3 of 4 1 fAi W#TNESS WHEREOF, the Principal and the Surety have each SIGNED ancE SEALEO this 2 instrument by duly authorized agents and oifiter� on thls the ���' day of �C� 3 . �_ � , �t121, 4 5 b 7 8 4 10 11 l2 t3 14 i5 16 17 l8 l9 zo �� az 23 24 25 25 Z7 ze z� 30 ATT T: �- Dena Rowland (PrincipaE) 5ecrexary W�tness a5 to Prin�ipal cmr oK F[�r woA-rs� SFANDARQ CM CDN ditIQNS — �E'VElOPER AYJARDEf! PFiQJEG35 Revlseti ianuary 3i, 2Uf2 P RI NCI PAL: Steelc 8r Freeman, Inc, .__V.�Iichae�.�7��xeeman� Preszdent Name and Title Atidress: 1301 I.awso� Road Fort'Vl�nrth, TX 7613i SUR£TY; Federallasurance� � ��� KEIk r ISD - Parky�y �ementary Sehoo! tPN 103137 806Z19-4 MAIN'1ENANCE BDND Pr�e 9 of 4 � � 3 4 5 6 7 8 9 10 11 i2 73 14 15 lb 17 18 19 20 21 22 23 2� 2S 26 27 ATiESi: (5urety) Secretary . �ll�iC.i �� Witness as to Surety BY; �1 � % Signat re � _. .Tza.c Tttc[cer, Attornev-in-Fact Name and Titfe Address: I21 N R�yner 5t Rort Worth, TX ?611 I Tefephone Number $171335-8520 *Note: If signed by an offiaer of the Surety Company, there must be on file a certifled extracl from the by-lavrs showing that thls person has authority ta sigr� S�ch ohlige#9on. If Suret�s physicai address 9s different from iis mailing adtfress, bo#h must be provided. The date of the bond shal4 not be prior ta the slate the Contract is awardecl. Cl'IY QF FDRT WQRTN 57ANpRRD CJTY COND]T1�NS—DEVEiOPiR AW,4ADEQ PROJECFS Re+ris�dJsnuuy 31, 2Al2 Kdler I50 - Farf�v,l�r Flementory School CPN,103]57 �i�L���- Power of Attorney Federal Insurance Company I Vigilant Insurance Company ��acific Indemniry Company Westchester Rire Insurance Company � ACE American InSurance Company Know All by These Pxesents, that F�C:RAI. TNSURANC6 COMPANY, an lndiana cnrporation, VIGILAIVT IIQSI7RAA[CE COMPMdY, a New York corporation, PACIPiC INDEMNI'[if COMPA.NX, a Wiseo[tsin corporation, WESTCHESTBR FIi2B INSORANCB COMPANY and ACS AMERICAN IN5U12ANC6 COMPANY corporauans of the CommonwealEh of Pennsy�vania, do each hereby ronsritute and appoint Bennett Brown, W. Lawrence Brown, Rqberta H. Erb, 5teven N1. TuCkei �nd 7raty 7ueker of Fart Worth, iexas -------------------------------------------------------------------------------------------- each as their tr�e and law€ul Attarney-in�Faa to execute under such designation in the9r names and to aflix their corporale seals to and deliver For and on their behal!'as su€ety thereon or uthenvise, 6onds and undertaEtings and other wrian�s obligarory in Ihe nature thereof (o�iter than bai[ bonds? �ven or executed in the course oF btlsiness, and any Instruments amending or altering the same, and ronsents to the modifrcativn or aEteralion of any 9nslrumen! referred to ir[ said bonds or obligations. In WkrtPss Whereof, said FSDBRAi. iNSURANC$ COMPANY, YIGiLANT IIISURANCB COMPANY, PAQFIC INUSMNfFY C�MPAl3Y, W�iS'CCHESTSR FiRB INSURANCB COMPANY and ACE AMERIGAN II�iS[TItANCS COMPAIVY have each executed and attested these presents and atTixed their wrporate seals on this 7th day of33avember, 2019. �css��--�'�- P� �,ti� ►'�'L � Itivm A1. Chlarer,. Ac�istant Soc:rclary Ste{3hen At. Hancy, Yim Presidc�ii � er, � ��� i��ry �� �r: :...s:a V=i S'i'ATE OF NEW JERSEY CovnEyo(Hunterdon �� ��� � ���t -� �� f�. � _�} ' . �� � ��,s�� .r `..:� On this 7th day ofNovember, 20L4, before me, a I�otary Public of New Jersey, personaily came �awct M. Chloros and Stephen M. Haney, tv me ]cnown to be AssistanE Secretary and Vice Pmsidenk �espectively, of FEDERAL TNSLTRANCE COMPANY, V[GILANT 1�fSURAIICE COMPANY, PACIPIC INDENiN1TY COMPANY, WESTCHESTER F3RE INSEJRANCE COMPANY and ACE AMERiCAtQ INSURANCE COMPANY, Ihe companies w�fich execured the foregoing Power pf Attomey, and ihe said Qawn M. Chloros and Stephett M. Haney, beir� by me duly swom, severally and each for he�self and himself did depose and say that they are Assistant Secretary and Vice President, respectively, af FED$RAI, INS[JItAI�CE COMPANY, VIGIi.ANT INSURAIVCE COMPANY, PACIFIC INDEMNIT'Y COMPAir'Y, WESTCHFSTER FIRE INSURAI�CE COR4PANY and ACE AMERICAN INSURANCE COMPAiVY and know ihe corpo;ate seals thereof, that the seals affixed Eo the foregoing Power of Attorney are such corporaEe seals and were therelo afiuced hy authoriry of said Companies; and il�at il�eir si�iatures as st�cl� o[Cicers were du[y alTixed and su6scribed by like authoriry. Notarial Seal �* � � � a �i+BttC RS MA7HERIFSE J. AOElAAR NDTAFlY PUBLIp OF MEW JERB�Y Na.z3yssss c«runaa�or, ��res r�ry �e, 2U24 Naaq• Ih�ise CSRTIFICATIQN Resolutions adopted by the Boazds of ➢ireciors of FEDERAL I�SURANCE COMPANY, VIGILANT fIV5E3RAIICE COMPANY, and PACIFIC IMDEMN[7'Y COMPANY on August 30, 2�16; VJFSTCHES7'ER FIRE 1NSURANCE COMPM�Y on Decem6er 11, 2D06; and ACE AMERICAAi Ii�SURANCE C017AANY on March 2Q, 2p09: "RE54L��E�, �a[ she follow�ng aushariza[ions rela[e [o the execa[lon, tor and on I�ehalfofthe Company, ofBonds, undenakings, recoymi�anccs, cpnna[rs and o�er written commiEmenu ofche Company entered imo in the ordi�ary coursea€business (each a"�Yrinen Commitr�enc"}: {�) �ach of the Chaitman. the I'residem and ihe Vice Presidenu of the Company is hereby authorLed to executeany l4'ritten Commiemen[ Forand on behalf af the Comgany, under the seal of the Company or othenvise. (2) Each duly appoiated attomey�in-fact of the Company Lc hereby authosjzed io exe[ute any Wrihen Cammitment for and on behalf of t1�e Company, under the sea3 of the Comfuny or othenvLse, to the extent tEiat such action is authotized bythegrant of poa•ers provided for in such persan's aTinen appointment assuch attomey-in�facL {3) Fach of [he Chairn�an, rhe President and the vice Presidenu of �heCompanyishem6yauthosized.forandon beha]fof�heCompany,coappointinwricing any person the anomey- in•fact of che Comgany K�ch full power and auihoriry tn execute, for and on behalFofthe Campany. under ihe seal of �e Company or ochenrise, such 1�rinen Commlunents ofihe Campany as may be spetitied in such wri[ten appoinunent which speciticatlon may be hy general type or dass of 1Vritten Commitments or by speciTicarion of une nr more panicular 4lrinen Cammitments. {q) Each o£ the Chairman, the President aad the Vlce Presidenis o!' the Company Is hereby authurized, far and on behalFof the Company, to delegate in wrttirtg to any other offieer of the Company the authoriry to execute, for and on behalf of the Campany, under the Company's seal or otherwLse, such �Vritten Commitments of the Company as are sperified in such written de]egation, whichspeclFicatlon xnay I�e by gener'al i}Pe or dasc of �Yritien Comm"stments or by speci('i�tion of one or mnre garticularN'r€rien Commitmertts. (5) The signa[ure of any offirer or othcr person executing aoy Wh(ten Commitment ni appoinimeltt or delegation pursuant to this Resoladon, and the seal of the Company, may he aflixed by facsimiEe an such wriqen Commi[ment or wrirten appointment or de]egation. FUR'CHER RFSflLVED, ihat the foregoing Resolution shall noi be deemed to be an exclusive starement of the pouersartd auihority of ofi'Kers, empSoyees and o[hee persons to act for and on 6ehalf of the Company, and surh Resolu[ionshali no[ limit or o[henvise ati'ect the exerdse of any such Itaweror authority otherwise validly gran[ed orvested' ], Daum M. Chforos, Assistani Secretary of FEDERAL INSIIRANCE COMriANY, VIGILANT ENSCIRANCE GOMPANY. PACiFIC INDEMNITY COMPANY, WES'1'CHESfER FiRE INSURANCE COMPANY and ACE AtvfER[CJ� 1NSt1RANCE COMPANY (the "Companies") do hereby cenify that (i) the foregoing Resolutions adopted by the Board of T]irectors of ihe Companies are true, coreect and in full force and effect, (ii) the foregoing Porver of Attomey is true, correct and in fuli force and effecc Given under my hand and seals of said Companies aC whi[ehause Station, NJ, this e+y"'""'+ ' + �� � ��� ,_ � . .;;��� �4 � N IVlJ3-'�'ti��• �-�SA!/I..LA [7r�v:[i A1 (:hlcMrr;. lswisl:ml Scrrc�:ir� IN THE 6VEh*TYOV WI5H TO VERIFY 3}IEA13fHEi�`"I7CITY OFTHIS BOND OR NQTFFY US 0�' ANY OTHER MAiTER, PLEASB CONFACf [3S AT: Tele hone (9081903• 3493 Fax {gpg) �•365G email: sure �@c]mhb.com Comhinatl: FEO-VIG-PI-WF[C-AAIC (rev. 11-19} Policyholder Information Notice IMP4RiANT NOTICE To abtain ir��o�mation or rnake a corr�plai�►t: AVISO 1MPORTAIVTE Para obtener informacion o para sorr�eter una quej a: You may ca�l Chubb's toll--free telephane number Usted puede �lamar al numero de telefono gratis �or information or to make a complaint at de Chubb's para in�ormacion o para someter una quej a al 7-800-3fi-CHUBB You may contact ihe Texas Departrnent of Insurance to obtain in�ormation on companies, coverages, rights or complainis at i-800-3fi�CHUBB Puede comunicarse con eI Departamento de Seguros de Texas paxa obtener in�armaci6n acerca de compa�iias, coberturas, derechos o quejas aI � �800-252-3439 Yau may write the Texas Department af Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512} �75-1771 Web: http://www.tdi.state.tx.us E-maii: Consurr�erProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: S�ould you have a dispute concerni.ng your premium ar about a claim you should cantact the agent first. If the clispute is not resalved, yau may cantact fihe Texas Departrnent of Tnsurance. ATTACH THlS NOTICE TD YOUR POLICY- This notice is for infozma�io:n on�y and does nat beeome a part or condition of the attached docum�nt. 1-500 252-3439 Puede escribir ai Departamen�o de Seguras de Texas P.O. Box 149104 Austin, TX 78714-9IQ4 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-maz�: ConsumerProtection@tdi.state.tx.us DISPUTAS S�BRE PRlMAS O RECL,4M4S: Si tiene una disputa coz�cerniente a su prima o a un reclamo, debe comunicarse co:n el agente primera. Si no se resu��e la disputa, puede entonces comunicarse con el depattamento (TD�. UNA ESTE AV1S0 A SU POLIZA: Este a�iso es solo para proposita de infarmacion y no se convierte en parte o condicion deI dacume�to adjunto. Fosm 99-l0-0299 {Itev. 1-08) STANDARD CZTY CONDrTYONS OF TI�E CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PRQJECTS CI'TY OF FQRi WOR7'H STAI�iDARI] CITY CONb1TIO1VS — D�VELbPER AVVARDED PROJECTS Revised: 3�nuury 10, 2D13 STANDARD C�TY CONDrT�4N5 OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PR4J�ECTS TABLE OF CONTENTS Ariicle l— Defi��iiioras and Terininology .................................................................................. 1.Q1 Defined Terms ....................................................................................................... 1.02 Terminology .......................................................................................................... Page ..................... l .....................1 ..................... 5 Articie 2— Preli��iinary Matters ......................................................................................................................... 6 2.01 Before Starting �onstruction ........................................................................................................ G 2.02 Preconstniction Conference ..........................................................................................................6 2.03 Public Meeting ...............•------•---------..........---�-�--------..............................-------...................... ...6 Article 3— Coniract Documents and Ame��ding ............................................................................................... 6 3.01 Reference Sta�ldards ..................................................................................................................... b 3.02 Ainending ai7d S�.YppPeir�enting Con�-act Docuine�lts ..................................................................6 Article 4— Bond� and Tnst�railce ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payn��nt, and Maintenance Bonds ...........................................•--....................--.--. 7 4.03 Certificates of Insurance .........................................•------�----�-------------.............-----------•----...............7 4.04 Connactar's Insurance ............................................................•-•-•--•---•-•........................................9 4.05 Acceptance ofi Bonds ai�d �i�s��rance; �p�ion to Replace ...........................................................12 Article 5 — Contractor's Responsibilities ........................................................................................................12 5.01 Supervisian and Superintei�dent .................................................................................................12 5.02 Labor; Working Hours ................................................................................................................13 5.03 Services, Materzals, az�d Eq�iip�l�ent ...........................................................................................13 5.04 Project Scl�edule ..........................................................................................................................14 5.05 Substitutes and "Or-Equals" .......................................................................................................14 S.Q6 Pre-Qualificatian of Bicid�rs (Prime Contraciors ai�d Subcorztractors} .....................................16 5.07 Concerning Subconh•actors, Suppliers, and Others ........................•-----.....------------------------........16 5.08 Wage Rates .................................................................................................................................. l S 5.09 Patent Fees and Royalties ...........................................................................................................19 5.10 La«Ts and Regulations .................................................................................................................19 5.1 l Use af Siie and Other Areas .......................................................................................................19 5.12 Record Documents ......................................................................................................................20 5.13 Safely and Protection ..--•--• ..........................................................................................................21 5.14 Safety Represe�itative -----------------••--•------•------...............................................................21 5. I 5 Hazard Coinintanication Programs ............................................................................................. 22 S.I6 Submittals ....................................................................................................................................22 5. I7 Contracior's General Warra�lty and Guarantee ..........................................................................23 CITY OP FbRT WORTH STANDARD C1T1' CO]VDITTONS — llEVELOPER AWAItIJED PR07ECTS Rcviscd: 7anuary l0, 2013 5. � S I��den�a�z�cation ........................................................................................................................... 24 5.19 Delegation af Professianal Desib i Services .............................................................................. 24 5.20 Right to Audit : ............................................................................................................................25 5.21 Nondiscrin�i;iation .......................................................................................................................25 Article 6— Otl�er Work at the Site .......................................... 6.01 ReIated Work at Siie .......................................... A�-ticie 7 — City's Respo��sibilities .................................. 7.Q1 Inspectia���, Tests, a��d Approvals ............. '�.02 Limitatioi�s on City's Respansibilities ...... 7.03 Compliance with Safety Progra�n .............. � ................................................... ................................................... ................................................... ................................................... ................................................... ................................................... 25 26 .............. 26 .............. 2� .............. 26 .............. 27 Article 8— City's Observatio�� Status Du�ing Const�uction ...........................................................................27 8.01 City's Project Representative .....................................................................................................27 8.a2 Authorized Variations in Work ..................................................................................................27 8.03 Rcjecting Defecii��e Work ..........................................................................................................27 8.04 Determii�atians for Wark Performed ..........................................................................................28 Article 9— Changes in the Wor1c .....................................................................................................................28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Natification to Surety ..............................................................................................•---................28 Article 1 Q— Change of Coi�tract Price; Change of Conh•act Time ................................................................ 28 10.01 Cha�lge of Con�ract Price ............................................................................................................ 28 10.02 C11an�� af Cot�tract Tirtn� ............................................................................................................ 28 10.03 Delays ........................................................................�--....--�--�-��--��--�--��--�--�-----............................28 Article 11 — Tests and I�Zspectioils; Correctiot�, Ren�oval or Acceptance of De�ective Work ...................... 29 11.01 Notice o�Defects ........................................................................................................................29 11.02 Access ta Work ........................................................•----�--........................---------------�-�.................29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 1 l.OS Cz�y May Stop tl�e Work .............................................................................................................30 11.0{� Conection or Re�noval of Defective Work ................................................................................30 11.07 Conectio�i Period ........................................................................................................................ 30 11.0$ Ciry May Co�-�•ect Defecti�Te ��Vork ............................................................................................. 31 Article 12 — Coinpletion ............................... 12.01 Contractor's �arranty of Title 12.02 Partial Utilization ..................... 12 Q3 Final Ins ection � . p ............................................................... 12.04 Fi�lal Acceptance ............................................................. ........................................ 32 ........................................ 32 ........................................ 32 --• ..................................... 32 ........................................ 33 Ar-ticIe 13 �- Suspension of Work ................•-----�--••---------..............................--------.............---..........................33 13.01 City May Suspei�d Work ..-•-• ...................................................................................................... 33 Article14-�Miscellaneous ............................................................................................•---.....................-�---•-•-�4 14.01 Giving Notice..---• ................................................................................. ........34 ctr� or ear�r �voRrx STANDARD CITY COl�DITI01�5 — DEVELOPER A1llARDED PROIECTS Rcvised: January l0, 20I3 14.02 Conlputafion o£ Times ................................................................................................................ 3�1 14.03 (:l�mulative Remedies .................................................................................................................34 14.04 Survival ofObligations.......-�--------------�-��-�--��-------�-��-�---..............................................................35 14.Q5 Headings .............................................�........................................................................................35 CITY bF FQRT ���QRTH S'I'Al�TDARD CITY CO]�TD17'T0�75 — T��VELOPER AVL�AR.DED PROTECTS Revised: 7anuary i 0, 2013 00 73 ] 0- 1 Siandard Ciiy Condiiions O€ The Consiruciion Conisact For Developer Awarded Projects Page 1 oC35 ARTTCLE 1- DEFINITIONS AND TERMINOLOGY 1.01 Defi�xed Te� ms A. Whe�-ever used ii1 t��ese General Coilditioils or in otller Coi1t�•act Documents, t��e terms listed belo�� have the �Z�eani;lgs indicated �rhich are applicable to both the singi�lar and pIural tl�ereofi, and �lards denoting gender shall include the masculine, feminine a��d neuter. Said terms are generally capitalized or w�-itten i�i italics, but not aIways. WJ�en used a� a context consisten� wzth fihe definition a£ a listed-defix�ed te�ra, t��e te�-rr� sl�alI have a i��ea��iz�g as defi��ed below wheiher capitalized o�- itaIicized or atl�erwise. In addition to terms specifically defined, terms with initial capztal Iei�ers ii� the Contract Documents incIude references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agree�raerat - The written instrument whicll is evidence of ihe ab eement between Developer atid Cor�tractor coveritig tlie Work 2. Asbestos—Any material tl�at coniai�as ��ore tha�� oz�e percent asbestos ai�d is fi-iable or is z-eleasia�g asbestos fil�ers into the air above current action levels esiablished by tlie United States Occupational Safety and Healih Administration. 3. Busi��ess Day - A business day is de�zaed as a day that the City conducts ��on��al business, generally Monday tlaroug�� Frzday, except for federal or state holidays obseived by ihe City. 4. Bi�::zsmv - City's oiz-line, elect��onic document ina��agement and collaboration system. 5. Cale�adar� Day -- A day co�lsisting of 24 ��ours measured fro�n nvdilight to the next midnight. 6. Cr.'t}�— TI�.e Cit�J af Foj�t Wortlz, Texas, a Texas lio�ne-rule i�aacizici�al col�oratinja, acti�zg by, its govel�2ing body througlz its City �12a�zage��, his desigi7ee, oi• agents aa�thorized pu�suarzt to rts clu1�� ai�tl2ot�ized clzat�tef� o�z Izis Uel�alf. 7. Cornmu�ait}� Facilities Agj�eemefat (CFA) A Contr�act betwee�z tlze Develope�• and tlae City for� tl7e Const�-uctio�� of o��e o�� iazore folloiving public facilities withi�7 t12e Cit}� public riglxt-of- way oa� easenze�at: Wate�; Sanitaf�y Sewe�; Street, Stori�z Df-ai�z, Street Lig12t, at�d Street Signs. A CFA jazay iazclude p� ivate facilities withi�� the �•ight-of-way dedicated as p��ivate r-ight-of way o�- easemel�t o�a a recol�ded plat. S. Col�tract—Tl7e e�ztir-e and 1321�g3•ated w��itteli docir�atef�t inca�poratirtg the Contrc�et Docuja�ents bet►veeai the Dei�elope�•, Cont��actol�, a17d/ol� City cotzceriair7�g the Worlc Tl7e C072t3�crct supersedes prior� negotiations, 1"G�73"eSG3liCltlOiYS', Ol" Llg)'eel?ie12iS, 3vheiher ►vrittef� or' or�al. 9. Colttraci Docufnents—Tlzose itetazs tl�at ra�ake up tl��e co��.tl�aci a�r7d wl�icl� »aiist iraclude t1�e Agreenaent, a�zd it's attach»2er�ts suclz as stc��2da��d cor�.str�uction specifications, star2dar�d City Coraditio�as, otlier� gerzer�al ca��clitior�s of tlie Developes-, inclicdiszg: a. An Agreeinent CITY OF FORT ZVOR7'k3 STANDARD CITY CONDITIOI�TS —DEVELOPER AVdARDBI} PRpJEGTS Revised: January ] 0, 2Q13 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Puge 2 of 35 b. Attacl�ments to t��e Agreenlent i. Bid Form ii. Vendor Compliance with State Law Nan-Resident Bidder iii. Prequa�ificalion State�nent c. Cun'e�it Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payi��ei�� Band f Perfoa-�nance Ba�ld g. Maintenance Bond h. Po���er of Atton�ey for Bonds i. Workers Con�pel7sa�ion Affdavit j. MWBE Cominiti�lent Fortn( If required by City) k. Ge��eral Conditions 1. Supplcme�itary Conditions �n. T�xe Standaz-d City Coz�ditions ��. ,Specz�cations specificaliy rnade part of the Contract Docume�iis by attachment, if not attached, as incorporated by reference and described in the Table of Co�llents of the Project's Coiltract Doctmlents a. Drawings p. Docun�enta�ion subinitted by contractor prior to N�tice o�Award. q. The foilowing wl�ich fnay be delivered or issued after the ef%ctive date i� t�e Agreement and, if issued becorne an incorparated part of tl�e Contract Dacuz�ents i. Natice to Proceed ii. Field 4�-ders iii. Change Orders iv. Lette�s of Final Acceptance r. Approved Subinittals, other Cont�actor sub�nittals, ar�d ihe reports and drawings oi subsurface and �hysical co�lditior�s are rlot Contract Documents. 10. Contractor=Tlze i��dividaaal or� er�tity vvitl� whorn Developer has e��ter-ed r'r�to the Agreer��e��t. 11. Day or' day — A day, a�nless othef-rvise defi�zed, shall r�zean cr Caler�da�� Day. 12. Developet� — Afz is2dividual o�� er�tit�J tlzat desiT�es to rnal�e ceYtain i��z�r�ar�ernef�ts 7vitlzi�� the Crty ofFo��t Wo�-th 13. Dt•awitrgs—Tlzat pai�t af tlie Cof�t��act Docz�»zents prepal�ed or appror�ed by E�zgineer wliiclz graphically shows tl�e scope, extej�t, and cha��acter of the Wo��lc ta be pe�fo��rnec� Uy Co��tractor. SuUrnittals ar•e f�ot Dj�awir7gs as so defined. 14. Efzgif�ee�=Tlze lice�ised p��ofessional efagiszee�� or ejzgi�7ee��i�a.g f���sa f-egiste�-ed i�z t1�e State of Texas pe�fo��mi��g���ofessio��al se��vices for� the Developer�. 15. Firlal Accepta�zce — TI�e ia�rittesz �7otice givefz by tlae Cit}� to tlze Develope�� a��d/o1- Co�xtracto�� tlzat tl�e T�ol k specifred in th.e Cotat��act Docufaaerats lzcrs Ueetz completec� to the satisfactior�. of tlze City. CITY OP PORT �'�'ORTH Si'ANDARD C1TY COI��DIT[O\S — DEVELOPER AWARDBD PR07TCTS Revised: Jam��ry 10, 2013 ao 73 � o- � Standard City Conditions Of "ihe Car€sirucfinn C�nirar.t For Developer Awardeci Projarts Page 3 oC35 16. Fir�al b�s�aectiolz — Inspection ca�•��ied ozrt by tlze City to vej��� tllat the Contractor� ]ias completed tlze i�of•k, a�ad each a�zc� eve�y pat-t oJ� a,t�pt�rtenarzce tl�er�eof, f illy, e�ztir�ely, a�ad in cotafor j�zance tivitlz tlae Coizt��act Docujazestis. 17. Ge�zer�al Requirenaeszts A�a��t of the Cont�-act Documelzts betweerz ihe Developer arzd a Corzt��acta�-. � S. La�ws ar�d Regzilatiorzs A7iy a�zd aIl ap�Iicable laws, r ules, regatlatzoiis, o��di�aances, codes, afid order•s of arxy alzd all gove��zmetital bodies, age�zcies, aa�tliol•ities, and cozf��is laavir��g jisr-isdictio�a. 19. Lie�a�Clzarges, secur�ity i�2terests, ol� esacicmb��a�2ces upaai Pa�oject fictzds, s•ea1 prope��ty, or� pe� sorzal p��ope��ty. 24..�Y�ilesiorae �[ pt�irzcipal event specified itx the Coiat��act Docicments relatirzg to art intef�laiediate Cotztr�act Tir�ae���ior to Final Accepta3zce of tlie T�or']c. 21. No�z-Pr�rtr�cz�e�ting Claange Order A docttnaerzt, �vliicli is �repat�ed fo�� mzd reviewed b}� tlze City, wlaicli is sigrxed by Contr�actor-, arzd Deveroper, a�zd azatlzor-izes an additio�z, deletion, or� revisiot�- in. tlze I�ar-Ic or� atz adjzrst�ne�7t in tlie Co�zt�•act P��ice oi� tlze Col�tract Tiine, issired o�� or- aftet- the Effective Date of tlie Ag� eement. 22. P�rticipating Clzange Ot�der- A docurazent, wliicla is pT•e�a�•ed for at�d app��oved by tlze Cit}�, ���lzicl� is siglied by Cor�tr-actor, Dc��elope�; arzc� Cit�� a�7cl aa�ilzo�-iLes a�i addition, delefion, or- revisiorz ir�� tlze Work o�• a�z adjustnxe�zt irz tlie Contract Pr-ice a�• tlze Cof�t�•act Tir�ze, issued or� ot� c�fter� t1�.e Effective Date of tlie Agree�nelzt. 23. Pla�2s — See defirzitiora o. f Dra�vi�zgs. 24. Pi�oject Sclzeclicle A scl7edule, prepa�-ed arad rnai�ztained by Cofztj�actor�, iTz acco��daface wit1� tlxe Getaer�al Reqtri��e��aer��ts, descr-ibi�ag tlze sequerzce aTzd dur ation of tlxe activities com���ising the Contracto��'s�la�� to acco�a�plislz tl�e Work7vitliirz tl��e CoTat��act Tirize. 25. P1�oject—Tlze Wof-Ic io be pe�fo��med as�zdet� the Co��tr�act Doctc�aents. 26. Pr�oject Rep��ese3stative—Tlie authof�izec� t�ep��ese�ztative of tlze City �vho will be assigned to tlxe Site. 27. Pul�lic Meetirzg — A�a arzt�oitf7ced t�ieetir�g coszductecl by tl�e Develo�er to facilitate �ublic �ar�ticipatio�� and to assisi tl�e public in gaini��g c�rz ir�for�raied vie�v of tlze Pr�oject. 2$. Regulat� YT�orlcir�g Hot��s — Hou�s begitz��itzg at 7:00 r�.�n. ar�d erzclir�g at 6.•00 p.r�i., MoJzday tli��s Fi�iday (exclzrdi�2g legal I�.olidays). 29. Sa�����les—PlZysical exaf�2ples of nzaterials, equipr�zejzt, or �or�l�nar7ship that a��e i•ep��ese��tative of so»ie po��tiaf� af the Worlc a�7d ivh.icl2. establisl2 tl�e staridar�ds by w17ic1i such portioli af tlte Work will be judgec�. CITY OI' FORT 1�TORTH STANDARB CITY C41�TI]ITION3 — AEVEI,OPER AWARDED PR0IECTS Revised: January ] 0, 20 ] 3 UD 73 14- 4 Stanciarci {'ify C:nnrliti�ns Clf The C:nnstr�E�ti�n C:ontrar.i F�r i�Pveltsner Awarded Pr�jPcts Page 4 of 35 30. Scliedule of Subt�iittals A sclzedule, pr-e�a�-ecl and ma�i�r�tairzed b}� Corztr�actor, of r•eqi�ired szrbniittals arzd t1��e tirne r�equir�ernerz.ts ta suppar•t scl7ed��lecl perfot�ma�z.ce of ��elated colastr-uction activities. 3I. Site—Lands or• al-eas indicated in tlie Corzt�•act Doci�rner�ts as being fi�r�r2ished b}� Cit�� or Develo�e�• upofa wlzich tla�e Wo��1z is to be perfo��r3aed, i�zcla�dirag t•iglzts-of-wa��, pernaits, al�d ease�ne�zts for access thereto, a�zd sucli otTie�� lands ful�r�islzed by Ci�j� or� Develope�• whicli a�-e desigraated fo�� tlae use of Co��.tr�c�cta��. 32. Specificatiol�s—Tlaat �art af tlae Cor�ltr-act Docunaelzts cot�sistir�g of wr-itte�� r-eqa�ii�ef�ze�its for� i��ater�ials, equiptne�at, .ry�ierrts, star�dar ds aa�d rvot�l�7�atasl2ip as applied to tlze I�ork, a�zd cer�tai�2 admit2istrative rec�uirements and procec�u��al f�zattef•s applicable tl�ereto. Specificatiorts anay be s�ecr'fically nzade a part af the Co��t��act Docuirre��ts by attachmerzt o�•, if rzot attaclzed, r�za�� be ir�cot�o��ated by refe�-e�ace as indicatecl i�� tlze Table of Corzterzts (DivisiQsa 00 00 00) of eaclz Praject. 33. Sta�tda��d City Cor2ditiorzs -- Tliat part of the Cont�•act Docurnents setting fos•tli r-equil^ements of tlze City. 3�. Subcor��t��actor• Arz individual or� e�ztity liavitzg a direct contract avitlz Contl�actoi� or witlz c�ny otl�er Stcbcorzt��acto�� fal� tl�e �ef fof�rna�zce of a pa��t of tlze Wo11c at t]ze Site. 35. Submittals All drawi�zgs, diagr�anis, illzrst�-atiot�s, sclzedirles, asad otlier� data o�� info��matio�� tivlaich a�•e speciftcally prepc�l�ed or asseyral�l�d b}% or fot� Co�2�tj-acta- atad sa�blazitted by Cor�tractar to illarst� ate sonze pol�tiofz of the Woi•Ic. 36. Szc�e�-il�iendetat — The repl-eserztative of tlze Cotztr�actor wlio is availal�re at all times a�zd able to receive irzst�ru�ctiar2s fr�om t1�.e City arzd/or DevelopeT� and to act for the Corz.t� actor�. 37. Siipplernentar�� Ca�xditio�as—That par�t of tlae Corztr�act Docz�merats ��vlaiclz anae�zds or supplerne�its tl7e Ge��es•al Caszditio��s. 38. Suppliel- A»zanufaciures�, fabricato�; supplier�, distributo�; �azaterialnzan, or� ve�2dor� havirig a di��ect cosltl-act witlz Cantr�actor• Qr� wit1� arzy Suhcor�tr�actor to fur�rzisl� r3iate��ials ot� equip»zelzt to be i�zco�por�ated irz tlxe T�Tor1� by Contr�actor� or- Sacbcor7t��acto��. 39. U�7defgraund Facilities Al1 unde�gr-aund pipeli�2es, condaiits, ducts, cables, wires, la:r�171ioles, l�aaclts, taszl�s, tuj�nels, or otlzer� sucli facilities or- attach�nents, and afay e�zcase�aze�zts containi3ag suc11 facilities, ir2cluditzg but not linaited to, tliose tlzat convey eleci�•icity, gases, stearn, liquid peti�olet.rt�z ���oducts, teleplzo�ze o�� otlzet- camT�iut2icatio��s, cable televisio�z, ivatei; wastewatel; stol�az watel; athe�� liq�rids a�� cliemicals, or- traffic a�� otlzer cos7t��ol systems. 40. ��eeker�.d T�TIo�-l�irzg Hoa�r�s — I�ou� s begin�zing at 9: DO a. ��z. a�2d endilzg at S: DO p. »2., Saturc�ay, Su7idajl ot� legal Izoliday, as u�p�'aved i�a advatice l�y tl�e City. CITY OF rORT V1rORTH ST.4i�'DA[2D CITY CONDiT]ONS — T]EV�(.OPER AWARDEB PRQ7ECTS Revised: Jana€ary 1 U, 2U13 Ofl 73 ] 0- 5 Standard City Conditians Of The Construcfion Contract For Developer Awarded Projects Page 5 of 35 41. NTol k Tlze enti��e cot�strtccttosz ar tlie vm�ious se�a1-ately idefztifr.aUle pa��ts tlzereof requir-ed to be�r•ovided irr��der� tlze Cont�•actDoci�nxe�zts. Wor1� i�zclir.des and is tlze result of,t�e�for�ra�ir�g or�rovic�i�ag all labof-, services, a�id docur�xentation fzecessary to �roduce suclz co�zstr�tcctio�z ir�-eludir�zg an�> Par•tiei�atis�ag Cliaragc� 4rder, I�la�t-Partiei�atirr� Claura�e Or-cicj; 01� Fiedc� O��der-, and furi�lsliirzg, installing, m�c� i�ica��orati�ag a1l rnaterial.� ar2d equipme���t i�ato such coa2str�uctiolz, alI as t�equired by tlze Co�ztract Docunzerzts. 42. Wor�kirag Day — A ivos�l�ing day is defil�ed as a day, not including Satur�days, Surzdays, or legal ]zolidays autl�a�•ized by tlie Cll]� f01' C012lYact �urposes, iri wlaicla WG'LIlI1G7' Ol" OtI1G'1• co�zditions taot utzder tl2e co��t�-ol of tlze Ca�7tr-acto�� will per�rt.it tlie pe�f'ol�rr�a�zce of the p��incipal uizit of �vork utaderway fo�- a continuous per�iod of raot Iess tlzala 7 hours betweef�t � a.m.. af2d 6�.m. 1.02 Te���ninology A. Ti�e words and terms discussed in Paragraph 1.02.B tliraugh D are not de�ned bui, w�ien used in tl�e Bidding Rec�uirernents or Contract Doeuments, have t��e indicated meani�ig. B. Defective: I. Tlje word "defective," ti�rhen modifyii�� the ��ord "Work," refers to Worlc that i� unsatisfactoiy, faulty, or cteficient in that it: a. doe� ilot confonn to tlae Co��tract Docui�lcnts; or b. does not ineet tlle requireineiits of any applicable inspection, reference standard, Yest, ar approva] referred to in the Contract Documenis; or c. has been damaged priar to City's written accepta�ice. C. Furjzisla, 1'iastall, Perfor��n, P��avide: l. The v�Tard "Fumiska" or ihe word "Ii�stall" or the word "P�rforin" or the ward "Provide" or the ward "Su�ply," or any coinbination or similar directive or usage tliereof, sl�all mean fui-nisl�i�lg a�1d incoi-��orating iii tl�e Work iilcluding aIl necessaiy la�ar, �xzaterials, equipment, and evefytliing necessaiy to pe�•fornl tl�e Work indicated, unless specifically limited in tiie cantext used. D. Unless stated othei-wise in �11e Con�•aci Dociunents, u�ards ar phrases tl�at ]lave a well-Ialown technical or COI18C1"IICt]Qil industry or n-ade meaning are used in tlie Contract Docuinents in accordance with such recognized meaning. CITY OI' FdKT «rdRTH STANDARD CITY C0�IDITIOlVS - b�V�LOPER AWAR.DED PROiECTS Revised: Janiiary [0, 2013 00 73 10- 6 Standard City Condifions Qf i'he Consirucfian Contract For developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMIl\TARY MATTERS 2.Q1 Before Sta��ting Corzstr�uctio�� Baseline Schedules: Submit to Gity in accordance with the Contraci Documents, aild p�•ior to starting the Work. New scl�edules will be submitted to City when Partici�ating Change Orders or Non- Participating Cha��ge Orders occur. 2.02 Precanstructio�7 Co�afere��.ce Before any Wark at the Site is started, the Contractor shalI attez�d a�'reconst�uciion Canference as specifi�d i�� the Contract Documents. 2.03 P�sblic Meetir�g Coz�tractoz- zx�ay not mobilize any equipi11ei1t, materials or resources to the Site priar ta Cant�-actor attendizag the Puhlic Meetillg as scheduled by the City. ART�CLE 3— CONTRACT DOCUII7ENTS AND AMENDING 3.01 Refer�e�zce Standc���ds A. Star�dards, Speci�"ications, Codes, Laws, and Regulations l. Reference to standards, specifcatio��s, manuals, or codes af any technical society, organization, a�• association, or to Laws or Regulations, wilether s�xch reference be specific or by inlplication, sl�all mean the standard, specificatian, manual, code, or Laws or Regulations in eff�ct at the ti�ne af opening of Bids (o�- on tk�e Effective Daie of the Agreement if tl7ere were no Bids), except as naay be otherwise specifically stated in the Contract Doct�m�nts. 2. No p�•o�vision or instructian shall be effective to assiga� to City, or any of its officers, directors, members, partners, ei��ployees, agents, consultants, or subcontractars, any duty or authority ta supervise or direct i��e perfarmance of the Work or any duty or authority ta u�idertake re�ponsibility inconsistent wiih the provisio�ls of the Contract Documents. 3.02 Anze�adir�g at7d Supplerazela.tittg Coa�tl•act Docu»zel2ts A. Tl�e Contract Documents may be ainended to �ravide for additions, deletions, and revisions in tlie Work or to rnodify the tenns and conditions tl�e�-eaf by a Participating Change O;•der or a Non-Participatiug Change 4x-der. B. The requireme�its of t�le Contract Dacuznents n�ay be sup�lemented, and ininor variations and deviations in tl�e Work nat invoIving a c�aange in Conhact Price or Cont�act Time, may ve autl�orized, i�y one o�- zx�ore of the following ways: 1. A �'ield Order; C1TY OF PORT WOIiT]I 3TANDARD CITY GOI1DITiONS -- DEVELOPER AWARDED PR07ECTS Revised: 7am�aqr 10, 2013 U0 73 I Q- 7 5iandard City Conditions Of The Consiruction Con€ract For Developer Awarded Projects Poge 7 0£35 1. City's ar Engi��eez�'s review of a Subn�ittai (subject to the provisions of Paragraph 5.1 b.C}, or 2. City's r��ritten interpretation ar clarification. ARTICLE 4— BONDS AND INSURANCE 4.01 Licef�sec� Sureties a�zd Irzsuf�e� s All bonds and insurance requi�-ed by tk�e Ca��taract Documez�ts to be purchased and maintained by Cann-actar shall be obtazned from surety or insurance companies that are duly liceused or autt3orized in the State of Texas to issue bonds or iilsurance �olicies for the Iimits and coverage so required. Sucl� su�-ety and insurance companies shall also nleei such additional requirements and qualifications as may be provided Section 4.04. 4.02 Pe�for�nar2ee, Pa}�ra2errt, arzcl Mar'r2terzattr,e Barad.r A. Coi�tractor shall iunlish perfoz-rnance and payment bonds in the name of DeveIoper and City, in accordance with Texas Governmeni Code Chapter 2253 or successor statute, each in an amount ec�ual lo the Cozatraci Price as security for tlle faithful performanc� and payi�nent of all o�' Cax�txactor°s obligations under the Contract Docuinents. B. Contractor shaIl fun�isl� �nainiez�ance bonds in ihe name of Developer and City in an a�nou��t equal to ��e Coniract Price as security to protect t��e City against any de�ects in any portion of the Wark c�escribed in the Contract Docume��ts. Maintenance bonds shall rertnain in effect for t��ra (2) years after the date of Final Acceptance by the City. C. AIl bonds shall be in ihe for�n prescribect by the Contract Docun��n�s except as provided otl�en��ise by La��Ts o�• Regulations, and shalI be executed by suc11 sL�reties as are named in the lis� of "Companies Holding Cei�firicates of Autharity as Acceptable Sureties an Federal Bonds and as Acceptable Reinsuring Con�panies" as published in Circular S7Q (amended} by the Finaz�cial Managen���zt Service, Surety Bond Branch, U.S. Department of tl�e Treasury. All bonds sib led by an agent ar attorney-in-fac� must be accom�anied by a seaIed and dated power of attoi�ey ��hich sl�all shoti� that it is e££ective on the date tl�e agent oz- attorney-in-fact signed eacli bond. D. If the st�rety o1� any Uond fiunis��ed Uy Contract�r is declared bankz-upt o�- becon�es insolvent or its right to da business is teiminated i�� the State of Texas oz zt ceases to meet the requirements of Paragraph 4.02.C, Cox�t��actor shall pz-omptly notify City and shall, within 30 days after the event giving z-ise to sucl� notificaiio�l, provide another bond and surety, both of which shaIl co�nply wit�a tl�e r•equireinents of Paragrapl�s 4.01 and 4.02.C. �-.03 Certificates of Ir�sur�afzee Coi�tractor syall deliver to Deve�o�ez- and City, witla copies to eacli additianal insured and loss payee identified in tl�ese Staxadard City Conditions certificates af insurance {and ot�ler evidence af znsurance rec�uested by City or any other additional i�1su�•ed} wliich C�ntractor is required to purcl�ase and maintain. C1TY pF PORT R�ORTH STARTDARI7 CITY COIJI7ITCONS — BEVELOPER A��ARDED PR07ECTS Ctevised: January 10, 2Q13 00 73 10- 8 Standard C;ity {;nnditinns nf The C;nnstniciion C;crntrar.€ �or C3evalnner Awardeci Prnjer.ts Page $ of 35 1. The certificate of izlsurance sl�all docuinent the City, an as "Additional Insured" on all lxability poIicies. 2. The Ca�ltractor's ge��eral liabili�y iz�suz-a��ce s1�aIl z��clud� a, "�er project" o�• "p�r location", endorse���ent, whicl� sl�all be zdentified i�i tl�e certificate of il�surance provided to the City. 3. The certificate shall be sigi�ed by an agent authorized ta bizad coverage on behalf of the insured, be coi�lplete in its entirety, and show cornple�e insurazlce carrier �iames as listed in the cunei}t A.M. Best Properiy & Casualty Guide 4. The insurers for alI policies must be iicensed and/ar approWed �o do busiz�ess iz� tl�e State of Texas. Except for warkers' corr�pensation, all iz�s��-ers rnust l�ave a rninii�lum rating of A-: VII in tl�e cur�ent A. M. Sest Key Ratii�g Guide or have reasonably eq�ii��alent financial streng�� and solvency io tlie satisfactian of Risk Manageir�eili. If the rating is below t11at �-equired, written approvaI of City is required. 5. AIl applicable policies shall inclucle a Waiver of Subrobation (Rigl�ts of Recovery) in favor of t��e Ciiy. Ii3 addition, tl�e Contractor agrees to waive all rights of sub�•ogation agaii7st the Engineer {if applicable}, and each addiiional insured identi�'ied in ihese Standard City Conditions. Failure of tl�e City to demaud sucl� certificates or other evidence of f�.zll co�npliance ��it�� the ii7sura�lce rec�uirements or failure of the City to identify a deficiency froin e�vidence that is provided shall not be construed as a waiver of Cantractar's obIigatzon to maintai�s such lines af insurance coverage. 6. Tf insurance policies are not written for specifed coverage li�nits, an Umbre�la or Excess Liabili�y insurance for any differences is requ�red. Excess Liability shall %llow form o��he primary co�Terage. 7. Unless otherwise stated, all required ii�sura��ce shalI be «•itten on the "accurrence basis". Ii coverage is underwr•itten on a claims-made basis, the retraactive date shall be coincident with ar prior to the date of the effecti�re date af tlle agreement and the certificate af insurance shall stafe that the caverage is claims-made and the ret�-oacti��e date. The insuz-ance coverage shall �e maintained £oz- the duaratioz� of tl�e Contz-act and for ilu•ee {3) years fallowing Fina1 Acceptance provided unde�• the Contract Documents or for the war�anty period, wliichever is longer. An annual certificate of insurance submitted to tlie Ciry sl�all evidence such insurance cove��age. 8. Policies silall have no exclusions by endorseinents, whicl�, neither nullify or amend, the required lines of co�Terage, nor decrease the limits of said caverage unless such e�ldorse�l�ents are approved in writing by tl�e City. In the event a Cont�•act has been �id ar exec�ted and tlie exclusions ar•e determined to b� unacceptable ar t��e City desues additionaI ir�surance coverage, and tlle City desires the contractarlenginee�- to obtain sucl� cove�-age, tl�e cont�•act price shall be adjusted by tlie cast of tl�e p�-e�aiunl for such additional cover•age plus 10%. 9. Any self-insured retention (SIR), in excess af �ZS,aoo.ao, a�£ecting requi�-ed insurance coverage sl�alI be ap�zoved by t��e City in �egards to asset value and stockholders' equity. I�1 C1TY OF FORT VITORiH STANDARD CiTY' CONDIT[O�S — DEVELOPER AWAI2DEB PR07ECTS Revised: January 1D, 2U13 ao�3 �a-� Standard City Conditions Of The Construction Contract For Develnper Awarded Projects Pa�;e 9 of 35 lieu of t�-aditional insurance, alten�ative coverage maintained tl�rough insurance pools ar risk �-etentioi� groups, must also be approved by City. la. Any deductivle iz� exccss of �5,oao.ao, for any �olicy tl�at does tjot protTide cover•age a�i a first-dollaz- basis, must be acceptable to and appraved by the City. 11. City, at its sale discretioil, reserves the rigl�i to review the i�lsurance requirements and ta znake reasonable adjust�x�ents ta insurance co�erage's and tl7eir limits whei� deemed �iecessary az�d prudent by the City based u�on cl7anges iii statutoiy la�r, court d�cision or tl�e clazms I�istory of the industry as weIl as of t11e co�ltracting party ta the City. Ti�e City sh:all be required to provide prior notice o� 9Q days, and the insurance adjustments shall be incorporated into the Work by Change 4rder. l2. City shaIl be entitled, upon written request aizd without expense, ta receive copies oipolicies and endorset�ieri�s t�iereto a�id rnay make any reasonable requests for deletian or reviszozl or nlodifications of particular policy tenns, conditions, Iimitatians, or exclusions necessary to conform the policy and endorsements ta the requizez�ents of the Contract. DeIetians, revisious, ar modifications shall not be required wl�ere policy provisions are established by law ar regulations binding upon ei�her party or the ui�dervvriter on any such poIicies. 13. City sl�all ilot U� responsible for the direct payinent of insurance p�-eaniuz�� costs for Coyltractor's insurance. 4.0� Ca�2tractol-'s Itasaar�a�ace A. YT�or1{e��s Cor�zpensatiolz ai�d E��aployers' Liability. CoLztractor shall purchase and maintain suck� insurance coverage with limits consistent with stat�tory benefts outlilied in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and �nini�num linnits for Employers' Liability as is appropriate for the Work bei�lg pexfoxx�ed az�d as will provide protection fi•o�n claims set fort�� below which ��ay axise out of or result fi•om Cont��actor's performance of the Work and Con�i-actor's ather obligations under t�le Contract Doc�a�nents, whether it is to be pez-£oi-z�ed by Co��tractor, any Subcontractor o�• Supplier, or by anyane directily or indirectly e�aployed by any of tllem to perform any of tl�e VVork, or by anyone for wl?ose ac�s a.ny of thezn may be liable: 1. claiins under wozkez-s' cozx�pensation, disability benefits, and otlier similar emp�oyee Uenefit acts; 2. claims fior damages Uecause o� bodily injuiy, occupationai sickness or disease, or death of Cann-acto�'s employees. 3. The limits ai Iiability £oz the i��suz-ance shall provide the fallowing coverages for not less �han the following amounts or greater where required by La�rs and Regulations a. Statutory limits b. �i�ployer's liabiliiy C1TY OF FOR'I' ��lOR7'}i STANbARD CITY CONDITIONS — DEVELOYBR A1��ARDED PROT�C?S Eievised: January I0, 2�l 3 00 73 ID- 10 Standard Gity Gonditions Of The Gonstr�iction Contrect For Develop�r Awarded Projects Page 10 of35 1) � 100,000 each accident/occ�7rrence 2) $100,000 Disease - each employee 3) �500,000 Disea�e - polzcy li�it B. Conu�lercial General Liability. Caverage shall incIude but iiot be limited to coveri�lg liability {bqdily injury or property damagej arising froin: preinises/operations, independent contractors, productslcompleted aperations, persoz�al i��jury, az�d liability �i�ndez- an insured contract. Insurance sl�all be pro�ided o�� a�� occu�-rence basis, and as comprel�enszve as the current Zx�su�-ance Services Office (ISO) policy. This insurance shall apply as primary insuz-az�ce with respect to any oiher insurance or self-insurance prograins afforded to the City. The Commercial General Liability policy, shall l�ave no exclusions by e��dorseme���s that would alier of nullify pretnises/operations, products/completed operatior�s, co��tractual, personal injury, or advertising injury, which are vor��lally co��tained with tke policy, unless tlie City appro�cres such exclusions in writing. 1. For construction projects thaf present a substantial completed operation exposure, the City n�ay require the coiitractor ta maintain campleted aperations coverage for a nlinimum of ria less than three (3) years failowing the completion of the project 2. Co���ractor's Liabilrt� Insuranc� uilc�er this Section whiclz shall be on a pe�� project basis covering tlle Contractor ti�vitil minimum limits of: a. $1,000,000 each occurrence b. $2,OOQ,000 aggre�ate limit 3. Tl�e policy must have an endorseinent (Amendment — Aggregate Limits of Insurance) n�aki��g tlae General Aggregate Li�a�its apply separately to each job site. 4. The Commercial General Liability Insurance policies sl�all provide "X", "C", and "U" coverage's. Ve�-ification o� such coverage xr�ust be shown in the Rernarks Article of the Certi�cate of �nsurance. C. Autamabile Liabilit��. A coinmercial business auto palicy shall pravide caverage on "any auto", de�'ined as autos owned, l�ired and z�on-owned and provide iz�de�nx�ity �or claims �ar da�nages because badily injuiy or death of any �erson and or property damage arising out of tlle work, inaintenance or use of any motor vehicle by tlie Contracior, any Subcont�actor or Supplier, or by anyone directly or indirectly einployed by any of tl�em to perfoi-�n any of the Wark, or by anyone for who�e acts any o�thein may �e liable. 1. Automobile Liability, Cont�•actoi's Liability Insu�•ance under this Sectian, w�iicli shall be in an amount not less than the following amounts: a. Automabile Liabilit�� - a comYnercial vusirless policy shall provide coverage on "Any Auto", defined as autos ov�med, hii-ed and nan-o«ned. CITY OF PQRT 1'L'OATH STANDARD CITY CONDITIONS — DBVELOPER AWARDBD PRO]ECTS Revised: 7anuary i D, 2013 oa 73 io- i � St�ndard City C:nndltinn.s CSf The C:nnstr�iriion Cnntr�r.t �nr Clevel�ner Awardacl PrnjPr.ts Page 1l 0!'35 1) $1,000,000 each accident on a combined Single limit basis. Split lirnits are acceptable if limiis are at least: �) $�5Q,C100 BUc3iIy 3r�jua�Y �e� �ersU�i 3) $5�0,000 Bodily Inj�ry per accident / 4) $ l 00,00Q Property Damage D. Railr�oad Pr�atective Liability. tf any of the work or any warranty ���ork is within the ]imits of raiiroad right-af-way, the Contractor sha11 comply with the following requrrements: 1. The Contractor's construction a.ctivities will require its employees, agents, subcontractors, equipmei�t, and material deliveries to cross railroad properties and iracks ov�rned and operated by: Wrilc lhc namc ofthc railroad company. (If none, then write none) 2. The Contractor shall conduct its operatians on railraad properties in such a manner as not to interFere with, hinder, or obstiuct the railroad company in any zz�anner v��hatsoevex� in the use or operation of itsltheir trains oz ather property. Such operations on railroad properties may require that Cantractor to execute a"Right of Entry Agreement" with tl�e particular railroad company ox� co�npanies involved, and to this end the Contractor should satisfy itself as to the requi��ements of each railroad company and be p�-epared ta execute t3�e rigllt-of-entry (if any) required by a railroad company. Thc require�nents specificd hcreia� likcwise relate to the Contractor's use of pi-ivate and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage requil-ed by Paragraph 5.04D of the General Conditions shall provide covera�e for not less than the follo��=ing amounts, issued by companies Satisfacio�y to the City and to the Railroad Com�aiiy for a ternl that coutinues fior so l.ong as the Contractor's operations and wark cross, occupy, or touch railroad pzoperty: a. General Aggregate; b. Each Occurrence: : Enter limits pro��ided by Railruad Company (If none, tivrite nociej �n1cr limits pro��idcd by Railroad Company f If nnnc, writc nnnc) 4. Wifl� respect to the above outlined insurance rec�uirements, the following shaIl govern: a. ��Vhere a single raih•oad company is in��alved, the Contracto�� shall provide one insurance policy in tl�e rlame of the railroad company. Ho��ever, if more than one grac�.e separation or at-grade crossing is affected by tlle Project at entirely separate locations on the line or lines of the san�e railroa.d company, separate coverage may be required, each in the amount stated above. b. ��Vhere more tlian one railroad company is oper•ating on the same riglit-of-way or ���here severa7 ra�lroad compani�s are involved and operated on their own separate rights-of- CiTY pF FURT «'OKTH STANDARII CITY COI�ITIONS — DEVELOYER AWAKDED PRp]ECTS Revised: January 10; 2013 ao�s�a�z Siond�srd Ci1y Conditions df The Consfruction Contract Far De�eloper Awarded Projecfs Page 12 of35 �vay, the Contrac�or may be rec��ired to provide separate insurance polici�s in the �saine of each railroad company. e. If, iii ac1c�ili�i� tu a�iaae se�a�a�iui� ui ai� al-�tdcl� ct�ssii��, utl�el t��uik Ui dc�ivi�y is propos�d oi� a railroad compa�ly's righti-a� way at a locatian �nt-irely separatE from the grade separaiion ar at-b ade crossing, insuralice coverage for this v�rork must be included in t�1e policy covering tl�e b ade separation. d. If no grade separation is involved but other ��ork is propased on a railroad company's righ�-of-way, alI such other «ork rnay be covered in a single policy for that railroad, even though the work may be at two ar i�ore separate locatio�is. S. No ���ark or acti�iti�s on a railroad coinpany's �raper€y ta be performec� by the Contractor shall be co�nmer�ced until the Contractor has furnished the City wrtb an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be appraved by the City and each affected Railroad Co�npany priar to the Contractor's begin��izxg waz-k. 6. The insurance specif ed above must be carried uYitil all Work ta be perfor�ned o�l the railroad right-ot=��ay has beet� campleted and the grade crassing, if any, is no longer used by tlie Cantractor. In addition, i��surance must be carried d�iring aIl znaintenance and/or repair work perfoz-Kz�ed in the railroad right-of way. Such i��stiirance niust name the raxlroad ca��pany as the insured, together with any tenant or Iessee of the railroad company operating over �racks involved in tl�e Project. E. Notificatiora of Policj� Cafrcellatiot�: Coa�t�-acto�- sl�a�l i�n�nediately a�oti�y City iipo�� caz�cellatiozi ar other loss of insurance coverage. Contractor shalI stop work until replacennent insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptatzce of Bo�zds a��d ifz�urance; Optiol�. to Replace If City has any objectian ta the co�erage aiforded by ar other pr�visions oi the bonds or ins�-ance required to Ue �urchased a��d n�aintazz�ed by the Con�ractaz- in accordance with Article S an �he basis of z�on-confonnance witll tl�e Contract Documents, the Developer and City sl�all so notify the Cont�•actor in wr�ting witl�i�j 10 Business Days after receipt of the certificates (or other evidence requesied). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer o�• City inay reasonably request. If Cont7-actor does not purchase or i�laintain all of the bonds and insurance required by th� Cont�•act D�cuments, tile Developer or City shall notify the Cannactor in «�riting a� such failure �riQr to the start af the ��Vork, ar of such iailure to arz�aintain prior to any change in the rec�uiz-ed cove�-age. ART�CL� 5 — C4NTRACTOR'S RESPONSIBILIT�ES 5.01 Supel�visiorz at�d Supe�intendel7t A. Cont�actor s1�alI supervise, inspect, and direct the Work competently and efficiently, devoting such attelition there�o aiid applying such skills and expertise as may �e necessaiy to perform tl�e c�� or roxT ��laxr�3 STANDAFLD CiTY CONDITi07�5 — DEVELOPER A��IIARDED PROJECTS Revised: 3amcary ]0, 2U13 a4 �3 a o- � 3 5tandard Cify Conditions Of The Constructio:i Contract Far D�veloper Awarded Projecis Page 13 of 35 Work in accorda��ce witll the Contract Documents. Coutractor shall be solely responsible for the anea��s, znethods, teclmiques, sequences, and procedures af construction. B. A� aIl tiines ci��ring tl�e pz�ogress of t�ae Work, Coxitractor shall assigi� a competent, �nglisl7- speaking, Supe�-z��tendent who shall not be replaced ���ithaut written notice to City. The Super���tendezat uTill be Contractor's representative at tl�e Site and shall have authority to act on bellaIf of Contractor. All coinmuilicatioi� gi�en Yo or received from the Superintei�dent shall be binding on Contractor. C. Coa�ti-actor sl�all ��atify the City 24 hours prior to moving areas duriilg the sec�ueilce of construction. 5.02 Labor; Wof�kirzgHoat��s A. Contractor shall provide competent, suifiabIy quaizfied personnel to perfo��x� coz�struction as required by the Contract Docuznez�ts. Cantz-actor �ilalI at aIl times maintaiu gaod discipline and order at tl�e Site. B. Except as other�rise required for t11e sa%ty ar protectio�� of persoz�s or tl�e Work o�� properiy at the Site ar adjacent �hereto, and except as othez-wise stated in the Contract Doctimen�s, aIl Work at the Site shaIl be perfo�xraed duraa�g Regular Working Hours. Contracior will noi permit the perfan��ance of Work beyoi�d ReguIar Working Hours or for Weekend Working Hours witllout City's ��rritten conse�rt (���hich will ilot be unreasoi�ably withheld). Written rec��iest (by Ietter or electroi�ic coill���uiiicatioii) ta perfoi-�n Work: 1. for beyond Reguiar'�Vorking �Tours requesi must he made by noon at least ri�vo (2} Business Days pi7or 2, for Weeke�d Woarkizag Ho�.irs request �nust be inade by noon of the preceding Thursday 3. for legal halidays rec�uest inusi be rnade by noon two Business Days prioz- to tlle Iegal holiday. 5.03 Set�vices, Materials, and Equip�azent A. Unless otheitivise specified i11 t��e Contract Docu�nents, Cant�-acfor sl�all provide and assurne fi�ll res�onsibility for all services, materiais, equip�nent, lahar, i��anspoz�tatian, constr�ctioi� equipment and machinery, tools, ap�liances, fi�el, powear, ligl�t, heat, telepilone, wate�, sanitary facilities, teinpoz-a�y facilities, and all othe�• facilities and incidentals necessary far the pea-:fo�-rraance, Conh-actor required testing, start-u�, and completion of the Woi•k. B. All inaterials and eguipment incorporated into the Work sliall be as specified or, if not specified, shall be of good quality and new, except as otherwise p�•ovided in the Contraci Documents. All special war�•anties and guarantees required by the Specifications shall expressly rrm to the benefit of City. If required by City, Cont�•actor shall fizrnish satisfactary evide�ice (incIuding reports o� required tests) as to tile sotu-ce, kind, and quality of inater�als and equipznent. CITY OF PORT WORTH STANDARD CI'TY CQNDIT[ONS — DEVELOPBR AWAR33ED PROJECTS Revised: January l0, 2Q13 00 73 l Q- I4 Standard City Conditions Of The Construc€ion Contract For Developer Awarded Prajects Paga 14 af 35 C. A11 materials and equipment to be incorporated iz�ta the Work shall be stored, applied, installed, connected, erected, pro�ec�ed, used, cleaned, and conditianed in accordance witla instiuctions of the applicable Supplier, except as otl�e�-wise may be provided in the Contract Documents. 5.04 Project Sc]iec�ule A. Contractor sliall adhere to tlle Project Schedule established in accordance with Paragraph 2.01 ai�d the General Requi�•einents as it may be adjusted fra�n tizne to ti�ne as provided below. 1. Contractor shalI submit to City for acceptance (to the extent ir�dicated in Paragraph 2.� 1 and tl�e General ReqUirernent�} propos�d adjustments in the Project Schedule. 2. Propo�ed adjus�nents in the Project Schedule that v��i11 change t�1e Contract Tin�e shall be subinitted in accordance witl� the requirem�nts of Article 9. Adjustments in Contract Time for projects ��litll City participatioil shall be made by participating change orders. 5.05 Substitutes a�ad "Or-Equals " A. Whenever an item afi rr�aterial or equzpn�e��t is specified or described in the Contract Documents by usii�g tlle z�a��ae of a paroprietary item or tY�e narne af a particular Sl�pplier, the specifcation or description is intended io esiablish the type, function, appearance, ai7d quality required. Unless tl�e speci�cation or description contaii�s or is follo�wed by words reading that no like, equivalent, or "or-equal" item or no substitutian is per�mitted, other items of material or equipment o�' o�her Suppliers may be submi�ted to City for review uilder the circurnsiances described belaw. "Or-Eqi�al " Items: Tf in City's sole discretion an item of inaterial or equipment propa�ed by Connactor is fiinctionally equal to that nained and sufficiently similar so that na cl�ange in related Work will be required, it i�lay be considered by City as an "or-equal" item, in which case re�riew and approval of tlie proposed ite�n inay, in City's sole discretion, be accomplished witlia�t compliance wi�l� sorzae or all of the require�ne��ts for approval of proposed substitute items. Foz- tl�e purposes of this Paragraph S.OS.A.1, a�roposed item of �nateria] oz- equzp���ent wilI be considered funciionally equal to an item so naaned if: a. City detern�ines that: 1} it is at least equal in materials oi canstructian, quality, durability, appearance, str-e�3gth, and design characterzstics; 2) it will reliably p�rfoim at least ec�ually �vell the functio�l and achie�e the results imposed Uy the design conce�t o�the co�zapleted Pzoject as a fiznctionzng wliole; and 3) it has a i�roven record of performance and availabiiity of respo�isive service; and b. Contractor cei-�ifies that, if appro�Ted a1�d ii�coa�orated into the Work: 1) there will be no inerease in cost to tlie Ciiy or incr-ease i17 Contract Tir�ze; a11d CITY Or FpRT WORTH STANUA12C7 CITY CONDTTlO\S —BEVELOP�R AWARDED PROJECTS Revised: danuary ]0, 2U13 oa 7� io- is Slandard City Conditions Of The Consiruction Contract For Developer Awarded Projects Page i 5 of 35 2} it will canfionn substantially to t��e deiailed requiz-e�ne��ts of tlae ite�n named in the Contract Docu�ne�ts. 2. 5ubstatute Itelazs: a. If in City's soIe discretion an item of inaterial or equipmeilt proposed by Contractor does not q��alify as ar� "or-equal" item under Paragraph S.OS.A.1, it may be submitted as a pY•oposed substitute item. b. Conh•actor shall submit su��cient information as provided below to allow City to detern�ine if the itiem o� material or equipment prapased is essentially equivale�lt to fihat t�amed and an acceptable substitute therefior. Rec�uests %r reviev�� of propased substitute items of �nateriai or equipinent wili not be accepted by City firam anyoile o�hez- than Co��fraC�or. c. Coiltractor shall make written application �o Cily for review af a propased substitute itez�� of material or equipme��t that Contractoz- see�Cs to �uinisl� o�- use. The application shall comply with Section O1 25 00 and: 1) s11a11 ce��iify ihat the proposed substitute item will: i, perform adequately the fui7ciions and achieve the results called �or by t�1e geileral design, ii. be siinilar in substance to that specified; iii. be suited to the san�e use as that specified; and 2} will state: i. tlle e�tent, if any, to r��llich the use of the propased s�ibstitute item wilI prejudice Contractor's achieveTr�ent af �nal coznpletion on ti�ne; ii. whether use of the proposed substitute itein in tlie Work will require a change in any of the Cont�•act Documents {�r in tile pro��isions af any otlier direct con�i-act with City for other wark an the �zoject} ta adapt �he design to the �x-oposed substitute itezn; iii. wlle#her ine�rppration or use of tl�e �ropased su�stifiute ite�n in connection witl� the Worlc is subject to �ayznent of any license fee or �-oyalty; and 3} wili identify: i. all variations o�the proposed substitute itei�l from that specified; ii. available engii�eering, sales,lnaintenance, r�pair, and �•eplacement services; and ci�-x o� �o�r ��ro��r� STANDARD CITY Cb]`TDITIONS — DEVELOPER AWARDED PFtOTECTS Revised: January l a, 2013 0073 ]0-1G Sld�i�ar+! Cily CuruJiliur�s Oi i'I�e C�iislauc;liun Con(r�c:l Fur Deve[oper Awd�cJecf Prujec:ls Page 16 of 35 �} shall contaiz� an itez�lized estiinate of all costs or credits ihat ulill resuli directly or indirectly fran� use of such st�bstitute item, inchiding costs of redesign and Da�nage Claims of other contractors affected by airy resulting cl�ai�ge. B. Sicbstitute Co��st��uctioa7 Metlaods o�� Pf�oceduf�es: 7f a specifc means, �nethod, techniq�ie, sequence, o� procedure of construciion is expressly rec�uired by tlie Cont�•act Doc�iments, Caz�trac�oar may futnish or utilize a substit�ate nleans, meihod, technique, sequence, or procedure oi construction a�proved by City. Contractor shalt subrnit s�fficient in�ormation tio allow City, i�i City's sole discretion, to determine that the subsiitute propased is equivalent to that expressly called fo�• by �h� Contract Documents. Contractar sha11 n�ake writ�ei� application to City for �•eview in tl�e same manner as those pravided in Paragrap�� 5.45.A,2. C. City s Evaluatior�: City will bc allowed a reasonable time u�ithin ��hich to evaluate eacl� proposal or submittal made pursuant ta Paragraplls 5.05.A a�ld 5.05.B. City may require Contractor to furnish additional data about the proposed subslitute. City will be the soIe judge of acceptability. No "ar-eqt�al" or subs�itute will be ordered, anstalled or utilized untik City's review is complete, which «ill be evidenced by a Char�ge Order in the case of a substitute and an accepted Sub��nittal foz- an "or-ec�ual." City will advise Coni�actor in writing of its deiei7nination. D. S�ecial Gz4ara�xtee: City inay require Ca�tz�acto�- to �uz-raisl� at Contractor's expe��se a special perforinance guarantee, warranty, ar other surety with respect ta any substitute. Co�ztr�acto�� shall indefn��� and lzold laarrrzless Cit�� ar2d arzyotze di��ectly or i�zdi7�ectly en2plo}�ed by thern fi�ofn and agairist a�ay ar�d all c.lai�ns, r�arnages, losses ar7d ex�e�zses (i�zclur�ilig attoraae�js fees) a��isiizg out af't12e use of sa��stiticted �azaterials o�• eguipniel�t. E. City's Cost I�eimburseme��t: City ufiIl record City's costs iu e�aluating a substitute proposed or sub�niited by Contractor pursuant to Paragra�hs S.OS.A.2 aud S.OS.B. Whether or not City appzaves a subsiitute so �roposed or suUmitted by Cont�•actoi•, Conti-actor inay be required to reimburse City for evaluating eacli such proposed substitute. Contractor rnay also be requu-ed ta reiinburse City far the cliarges fo�• makiiig c�anges in �he Cantrac� Documents. �'. Co�z.tf-actor�'s Experzse: Cont�•actor s17a11 �rovide aIl data in support of any proposed substitute or "or-equal" at Cont�actor's expense. G. Substitute Reimbu�se�azent: Cosis {savings ar charges} att�•ibutable to acceptance of a subs�itute s��a11 Ue incor�arated to t�e Connact by Pai�ticipating Charige Order. S.Ob Pre-Qualificatio�z ofBidcler�s (Pr-ilne Co��t�-actols aazd Subcoj7tractors) A. The Ca�in-acto�- and a��y subconiractors are requued to be prequalified for the work types �-ec�uiz-ing pre-qualiiicaiion 5.07 Conce���zi�zg Subca�ztf�actor°s, Suppliel�s, af�d 4tlxer•s A. Minot�ity aizc� i�omerl O►�vs�ed Bzrsil2ess Erate�pt�ise Coynplia��ce: CITY OF F�RT ����RTH. STANDARB CITY COI�TDITIOnS — D$VELOPER AWARI7ED PR07�CT5 Revised: Ianuary i 0, 20 ] 3 0073 ra- �� Standard City Conditions Of The Construciion Cantract For Developer Awarded Arojects Page ] 7 of 35 ❑ REquired for this Caniract. (Chcck il�is hox if therc is any City Participatio�) ❑ Not Required %r this Cantxact. It is City policy to ensiu•e the full and equi�able participatian by Minority and Woinen Busiz�ess Enterprises {MWBE) in the prociu-ement af goods and services on a contractual basis. If tlie Contract Docr.unents provide for a MWBE goal, Contractor is rec�uired to comply wi�� tl�e inteni of the City's MWBE Ordinance (as am.ended) by the follawing: 1. Cont�•actor shall, upon request by City, pravide complete and accurate in%rmation rega�-ding actual wark perfarmed by a MWBE on tl�e Contract and payment there£or. 2. Cantractor will not make additions, deletions, or substitutions of accepted MWSE without written consent of the City. Any �njustified cl�an�e ar deletian sl�all be a�nater�al breach of Cailtract and may result in debannent in accordance witl� tk�e procedures outiined in the Ordinance. 3. Contracto�• shall, upon request by City, allow an audit and/or exanunation oi any books, records, or files in the passession o� t�e Contz-actoz tl�at wiIl substarztiate the actual work pei�ormed by an MWBE. Mate�rial misrepresentation of az�y naiure will be gxounds far teimination �f tl�e Con�-act. Any such misrepresentation may be gro�ds for disqualification af Contxactoz- to bid on fiiture coniracts �=itil t�e Ciiy for a period of not less ihan tluee years. B. Coiitractor shall be fully respansib�e to City fo�- all acts and on�zssions of the Subcont�aciors, Suppliers, and athex- individuals or entities performing or furnisiling any of the Work just as Cant�-actar is responsible for Contractor's own acts and omissions. Not�iing in the Coniract Docu�nents: 1. shaIl create foz- tl�e benefit of any such Subcontractor, Supplier, or other individual or entity any contxactual relationship between City and any such Subcont�•actor, Supplier or other indiviclual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may ot11e�•wise be required by Laws and Regulations. G Cantraetor skaall be solely res�onsible for scheduling and coordinating the Wo�•k of Subcont�-actars, Suppliers, and ather individual� or entities perfo�-�ning or furnishing any oi il�� Work under a direci or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such othei• individuals or entities performing or fiunishing any of the Work sl�all cainmunicate with City through Cannactor. E. All Worlc pe�-formed for Cont�actor by a Subcontractor or Supplier ��ill be p�-suant ta an a��pro�riate agree�nent between Contractor and the Subcoi�h•actor or Supplier w�1ic11 specifically binds the Subcontractor or S�pptier to the applicable tenns and conditions oi these Co���act CITY OF FOKT �i�OItTIi STANDARD CITY COATDITIONS — DEVELOPER A��+ARbED PROTECT5 iteviscd: Januap� 10, 2d13 00 �s ia- i a Standard City Conditions Of The Construciion Cpntracf Fur ��veloper Awarded Prc�jecls Page 18 of 3S Docuxnents, Contractor shall provide City contrac� �lumbers and reference numbers ta the Subcont��actors and/or Suppliers. 5.a� YY'age kates ❑ Required for this Contract. ❑ Not Required :For this Contraci. A. Duty to pay Pt•evaili�xg Wage Rates. The Coz�tractor shall co�nply with all requirements of Chapter 2258, Texas Governrner�t Code (as amended), including the payment of not less than the rates determined by tk�e Czty Council of the City of Fart Worth to be the prevailing wage rates i�i accorciance ��Tith Chapter 2258. Such �revailin� wage rates are included in these Colrtract n��t�����s. B. Penalty for Violatioi�. A Co��tractor or any Subcontractor who does not pay the prevailing wage shall, upoz� demand made by tl�e City, pay to the Ciry $60 for each worker employed for each caIendar day or part Qf the day that the worker is paid Iess than the pre�ailing r�vage rates stipulated in these contract docl�ments. Tl�is penalty shall be retained by the City to aifset its ad�ninistrative costs, pursuant ta Texas Gavernment Cade 2258.423. C. Co�azj�laints of Violations and City Deter�r�iirzation of Good Cause. Oi1 receipt of in�ormation, including a com�laint by a worker, cancer�li��g an alleged violatioi� of 225$.023, Texas Govei7ui�ent Cade, by a Cailtractar or Sul�ca��tractor, tl�e City sliall make an ivitial detenninatio��, before the 31 st day after t�e date the City receives tk�e information, as to wl�ether good cause exists to believe that the vioiatioil occunred. The City shall i�otify in writing the Contractor or Subcont�actor and any a£fected woxker of its initial determination. Upon the City's detenninatiox� that thez-e is good cause to believe the Contractor ar Subcontractor has violated Chaptez- 2258, tlle City shall retain the full a�nounts claimed by the claimant ar clai�ants as the difference be�rveen wages paid and wages due under t1�e prevailing wage rates, such amou�its being subt�•acied from successive �rogress payinen�s �ending a finaI determi��ation of the violation. D. A� bitr•atio�a Requir•ed if i�'iolatio�a Nat Resolved. An issue 1•elating ta a�l alleged vioIatian o� Section 2258.023, Texas Go��ernsnent Code, incIuding a penalty owed ta the City ar an aifected worker, sliall be subrnitted to binding arbitra�ion in accardance witl� the Texas General Arbitration Act (Article 224 et seq., Revised Statutes} zf the Cont�-actor or Subcontractor and any affected warker daes not resolve the issue by agreement �efore the 15th day after ihe date the City makes its initial determination p�rsuant to Paragraph C above. If the persons req�iired to arb�t�-ate unde�• this section do not agree on an arbit�•ator Uefore the 11 ih day after tl�e date that arbit�•ation is requi�•ed, a district court shall appoint an arl�itrator on the petition o� any oi the pei•sons. Tlie City is ilot a pai�y in the arbitration. The decisian and a��vard oi the arbi��ator is final and binding on all pai-�ies and inay be enfarcect iz� any court of co�npetent ju�-isdiction. E. Recor�ds to be Mai��taified. ThE Cantractor and each Subcont�actor s�all, �aa- a�e�iad of tkazee (3} years folIowing the date of acceptance of the woz��C, rnaintain records tl�at show (i) the na�ne and c�TY or eoxT wox�ex 3TAN[)ARD GIi'Y CONDITIp�S — DEVELOPEii A1�ARDED PR07ECTS Revised: January ] 0, 2013 00 73 10- 19 8la�ularcl CiEy Condilluns �f Tl�e CunslEucliun Conlracl Fur Develo�er Awarclec! P�ujecls Page 19 of 35 accupaiiall of each worker einployed by the Contractor in the construction of the Work provided for in tl�is Co�ltract, and (ii) the actual per diein wages paid to each warker. The records shall be open at all reasonabl� 1lours for in�pection by �he City. The provisfons of Paragraph b23, Righ� to Audrt, siiall pertam ta this mspect�on. F. Pr�ogress Payrnerats. With each progress payinent or payroil period, whicl�ever is less, the Contractor sl�all subinit an affida��it s�atiing �hat the Coniractior has complied ��ith tlz� require�nents of Chapter 225 8, Texas Goveriunent Code. G. Posting of T�age Rates. The Contractor shall post pretTailing wage rates in a conspicuous place at all times. H. Sicbcorzt��actot� Com�lia��ce. The Contractor shall include in its subco��tz-acts andlor shall otl�erwise rec�uire aIl of its Subcontractors to co�nply witl� Paragraphs A through G above. 5.09 Pate�it Fees and Royalties A. To tlae fi�llest extefit perrriitted by La�vs and Regulations, Cont��actor slzall i7zdeinnify a��d hold I�a�-�nless Cit}; fi-om- and agair��st all claims, cost�, losses, and damages (incliiding but not linar'ted to all fees a�zd cl�arges of e��gi�aeers, ar-cliitects, atto��neys, arzd otlze�� professionals alzd all coa�ri ar� ar�bity�atior� or- otlier� dispute r-esolutiQrz costs) af�isi�zg out of or� r�elatr."rzg to any infriiigerne�at of paterzt 1�igl�.ts a�• copyr•iglits i�zcidetzt to the use in tlie pe� for-rnalzce of tlze Wor•k or� ��esultirzg fr•am tlie ijacor�oratiofz ifz tlze Wor-1� of any inve�ztio�i, design, pr�ocess, p��oduct, or clevice r2ot specified i�� tl2e Carztr�act Docu��tae�ats. 5.10 Laws alid Regulatiofzs A. Contractor shall give all noiices requared by and shall co�ply z�ritl� all Laws and Regu�ations applicable to the perfarmance of the 'l�'ork. Except where oiherwise expressly zequired by applicable Lav�Ts and Regulations, t11e City shalI not be responsible for moniioring Co��tractor's compliance with any Laws or Regulations. B. If Contractor pei�£oa7ns any Work knowing or having reasan to l�low that it is cont�-aary to Lav�Ts oi• Regulations, Con�•actor sliall bear all claims, costs, losses, and darnages (including but not limited to ali fees and charges of engineers, a�•chitects, attorneys, and ot�er �rofessionals and all court or arbitration or ather dispute resalution costs} arising out of or relating to such Work. Hawever, it sllall not be Con�iactar's res�ansibility �a make certain that the Specifications and Drawings az-e z�� acca�-dance witl� Laws and Regulations, but tl�is sk�all not relieve Contracior a� Conh•actor's obligations under Paragraph 3.01. 5.11 Use of Site af�c� Otlzer Are�s A. Lr»zitatio�� ofz Use of Site a�id Otlzef� Areas: 1. Coi��ractor s�lall confine coi�struction equipment, the storage af materials and equi�ment, and the operations ai'worlce�-s to the Site and ot��er areas pei�nitted by Laws ai�d ReguIations, aiid s��all not una-easonably encumbez- t�ae Site and otl�ear azeas witl� consn-uction equipz�e�t a�- cIT� or �aRr ���oRrx STANDARI7 CITY CONDITIONS — DEVELOPER AVS7ARDED PROJECTS itevised: January 10, 2013 ao 73 � o- zo Siandard Cify Conditions af The Construction Contract For Developer Awarded Projects Page 20 of 35 athex zxaaterials or equipznex�t. Contaractor slaall assuine full z-espoz�sibility �oa� any damage to a��y sucl� la��d or area, or to the owner ar occupani tllereof, or of any adjacer�t land or areas resulting from the perfornlance of the Work. 2. Afi any tiine when, in the judgmei�t of tl�e City, tl�e Contractor 1�as obstructed or closed or is caxzyiz�g on operations in a portion of a street, right-of way, oz- easezne��t grea�er than is »ecessary for proper executian of the Work, t��e City may require the Contractor to finish the section on which operatio��s are in �rogress before work is commenced on any additianal area of t11e Site. 3. Should any Damage Claim l�e made by ai�y such o���er or occupant because of the performance of the Work, Contractor shall pro�nptly atte�npt �o resolve tlie Damage Claim. 4. Fitr-SaGarat to Pc�r�agraplz 5.18, Co�ata�aeto�� slxc�ll ir�clemrzifj� arac� ]iold laaf�mle�.r Ci�j; ��om arr.cl against all clai�ts, costs, losses, a��cl dan�ages ar�ising out of or� ��elatirxg to a�iy clail�a or action, legal or� equitable, brouglit by ar�y sucli ow�zer oi� dccu�a�it agairist City. B. Re�azoval of DeUris Du��inb Pe�fof�nzance of tl�e Wor�k: During t�e progress of tl�e Work Coz�tractor shall keep the Site ai�d ather areas free from accumulations of waste zr�aterials, rubbish, and other debris. Rernoval aild dis�osal of such waste materials, rubbis�3, and ot���r debris shall couform to applicable Laws and Regulatio�is. C. Site Mail�tel�a��ce Clea��i�zg: 24 hours after written natice is given to tl�e Coniractar that the cleail-up on tlie job site is proceeding in a maiuier ui�satisfactoiy to tlle City oi• D�velo�er, if ilie Co�ltractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deer�ns appropriat� to cotrect the clean-up deficiencies cited to the Cont-�-actor i�1 t�e written ��otice (by Ietter or electronic cornmunication}, and shall be entitled to recover its cost in daing so. Tlie City inay withhald Final Acceptance until clean-up is complete and eost are rec�vered. D. Fi�aal Site Clem�.ing: Prior to Final Acceptance o�the Wark Cant�actor shall clean the Site and the Work and rnake it ready %r utilization by City or adjacent praperty owner. At the completion aitl�e Work Contractoz- s��all xe�nove fro�n tl�e Site all tools, ap}�liances, cans�-uction equip�nent and zxaac��ine�y, and suz-plus inaterials anc� shalI restore to original condition oz- better all properry disturbed by ilie Work. �. Loa�lifzg Strccctures: Coantz�actor sl�all not load a�oz- pei7nit any part o�F any stzucture to be loaded in any maruler that will ei�danger i��e st�-ucture, nor shall Contractor sLibject any part af the Work or adjacent praperty to si�esses or pi•essures that will endanger it. 5.12 Recor�d Docuraze�rts A. Contractor slaall znaiz�tain in a safe place at t�e Site or in a place designated by the Cont�•actor and approved by tile Gity, one {1} i•ecord copy of all Drawings, Specifications, Addenda, Change Ordei•s, Field Orders, a�id written inteipretations and clarifications in good order and annotated to s17ow c��anges made during consn-�ictiot�. These record documents togetl�er witlz all app�•oved c�TY ar roaT wo��rx STANDARD CITY CQl�TDITIONS — DEVELOPEFt AWA.R.D�A PR07EC?S Revssed: Jan€iary ] 0, 2013 00?3 ]0-21 Siandard Cify Conditions Of The Consfruction Contract For �eveloper Awarded Projects Page 21 of 35 Samples and a caunterpairt of all accepted Submittals wi]I be available to City for refearence. Upon completion of the Work, these record docurnents, any operatio�� a��d �naintenance n�anuals, and Submittals will be delivered to City prior to Final Tnspection. Contractor shaiI include accurate locations for buried and i�nbedded ite�ns. 5.13 Safet}j arad Pr�otectio�2 A. Contractor shall be soiely responsible for initaatiz�g, maintaii�ing and supervisrng all sa%ty p�-ecautians az�d parograa��s in connectiou witl� tl�e Work. Sucl� responsibility does �iot relieve Subcon�ractors of their responsibiiity for the safety of persons oz- paropez-ty it� the perfonnance of tl�eir v�Tork, nor fo�• conlpliance with ap�licable safery Laws and Reb Iatia��s. Contracior shall take aIl necessary precautio77s for the safeiy o�, and shal� provide the necessary protection to pre�vent damage, injury or loss to: 1, all perso�is on the Site or who nlay be affected by the Work; 2. all tl�e Work and znaterials and equipn�ent to be incorporated therein, whether in storage on or off the Site; and 3. other propez-ry at the Site or adjacex�t thexeto, including trees, shrubs, lawns, walks, paverz�ez�ts, z•oadways, struct�res, utilities, and Undexgrotitnd Facilities nat desigi�ated �Foz- removal, relocatior�, or replacement in the course of constz-uctio��. B. Contractar shall coznpIy «rith all applzcable La�vs and Regulations relating to t��e safet�T oi perso�as oz- property, or �o tl�e protection of persozas or property from da�nage, injuiy, or Ioss; and shall erect a�ld mau�tain all necessary safeb jards for suc�3 safety azxd protectiou. Cont�actor slaall notify owners of adjacent property and of Underb ound Pacilities and other utility ouTz�ers when prosecution of the Work may affect thein, and shall cooperate with thein in the protection, removal, relacation, and replacei�nent of tlleir property. C. Contracior shall com�ly with the applicable requirements of City's safety �rog�-arr�s, if any. D. Cont�-actor shall inform City of the specific requirements of Cont�actor's safety program, i� any, wit�� wl�ic�i City's employees and representatives must comply while at the Site. E. AIl damage, injury, o�- lass ta a��y property refened to in Paraga�ap115.I3.A.2 or S.I3.A.3 caused, directly or indirecily, in whole or in pai-t, by Cont�•actor, any Subcontractoz-, Supplier, or any other individual or entity directly or indirectly einployed by any of tliem to perfo�� any of the Work, or anyone for whose acts any of t��em may be liable, shall l�e remedied by Cant�•actor. F. Co��tractor's duties and responsihiIities for safety and for protection of tiie Work shall continue until st�ch tirne as all the Work is completed arid City has acce�ted the Work. 5.14 Safety Represe��tative Coiltractor shall infoi-�n City in �rTriting of Coilhactoi�'s designated safety represez�tative at tt�e Site. CITY OF FORT VIrORTH STANDARD CITY CONI]ITIO\rS -- D�VELOPEA AWAItDED PROJECTS Fte�ised: January 10, 2D l3 00 73 10- 22 Sld�icldre4 Gly CorullUUr�s OF ihe CunSl�ucUu�i CUnlrad Fur Devel�per AwardeJ i'rojects Page 22 of 35 5.15 Hazard Co�ya��zu�zieation P�•ogran�s Contracior shall be responsible for coordinating any excliange of inaterial safety data sheets or otl�er liazard con�nunication ii�formatian required fo b� yl�ade available to or exchanged between or ainong employers in accorda�lce �ith Laws or Regulatio��s. 5.16 Sub�nittals A. Co�itractar sl�aIl subznit requared SubmittaIs to City for reviev�T azad acceptance. Each st�bmittal will be idea�ti�ed as required by City. 1. Submit number of copies specif ed in the General Requiren�ents. 2. Data s1�o��n� an the Submittals will be camplete with respect to quantities, diinensions, speci�ied perfonnance �nd ciesign cri�eria, materials, and similar data lo show City ik�e services, n�aterials, a��d eguipment Coz�tractor proposes to provide and to enable City to review tl�e informatio�� for the limited purposes required by Parag�-apl� 5.16.C. 3. Sub�liittals subrnitted as herein provided by Contractor and reviewed by City �or cor�faimar�ce with the design cancept s1�a11 be executed in confanniry with the Coz�.tract Docu�nents unless ot�e�-wxse z-equired by City. 4. Whe�i Submittals are submitted for t�e purpose of shawing t��e installation in greater detail, their re�iew shall nat excuse Contractor from rec�tiirelnents sllown on the Dra«�ings and Specificafiio��s. S. For-Information-Qnly sub�nittals upon which the City is not expected to conduct review or talce respo�lsive actian may l�e so identi�ed 'u� the Contract Dact�ments. 6. Subinit required r�umber of Samples specified in the Specificatioi�s. 7. Clearly idei�tify each Sainple as to mate�•ial, S�ipplier, perlinent data such as catalog t�uinbers, the use for v��hich intended and other data as City ��nay require to enable City to revie« fhe submittal for the limited puiposes required vy Paragraph 5.16.C. B. Where a Submittal is requi�•ed by the Conri•act Docu�neiits or the Schedule of Submittals, any related Work perfai7ned prior to City's review and acc�ptance o� the pea-tillent submittal will l�e at the sole expense and responsibility of Can�ractor. C. City's Review: l. Ciry will pro�Tide tiinely review of required Su��nittals in accordance with the Schedule of Submit�als acceptable ta City. City's revie�� aild acceptance ��ill Ue only to deterinine ii the items co�+ered by tlie submittals u�ill, after installation or incorporation in the Wark, con�o�x�ra to the infonnation give�� in the Contz-act Doeu�ne�ts az�d be co�ngatiUle ��it�� tl�e design conce}�t of the co�ilpleted Pi•oject as a functioning whole as indicated �y the Cont�act Documeilts. CiTY OP FORT Vl'ORTH STANDFLRD CITY CONDITIO\SS - DEVELOPER AVIARDEII PRO.iECTS Revised: Janciary ]0, 2013 00 73 10- 23 5tandard City Conditions Of Th� Consiruction Con#ract For DeveloperAwarded Projects Page 23 oF35 2. City's r�vi�w ai�d acc�pta��ce will not e�tei�d to means, methods, techniques, sec�uences, or procedures of construction (except where a partic�.�lar means, inethod, teclmique, sequence, or pracedure of canstn�ction is specificalIy and expressly called for by the Contrac� llocuments) or ta satety precautians or programs incident thereto. �I'l7e revier� and acceptance �f a separate item as such will not iudicate approval of tl�e assemhly in which the item fu��ctzans. 3. City's review and acceptance shall not relieve Contractor fron� responsi6ility for any variation from tl�e requiren�ents of the Co��t�-act Dacuments u�lless Colltractor has coinplied ti�vit�� tl�e rec�uireznents of Sectioz� O1 33 00 and Ciry has given written acceptance of each suc�� variation by specific ��ritten natation thereof i��corporated in or accompanying the Subinittal. City's review and acceptance shall not relieve Coa�txactor �iroz� respo�lsibility for complyit�g with tl�e requiretnei�ts of the Coiitract Dacuments. 5.17 Coritracto��'s Ger2er al War���ant�� and Gua�•antee A. Coi�txac�or wan-ants and guarantees to City that all Work will be i�� accordailce «rith the Contract Docuznenis and will z�ot be defective. City and its o�'ficers, directors, meinbers, partners, employees, agents, consulta�its, and subca�itractors shall be entitled to rely on representation ofi Contractor's warranry and guarantee. B. Co��tractor's wa�r�-aniy a��d guara��tee l�ez-eunder excludes de%ets or da�r�age caused by: 1. abuse, i�lodificatian, ar imp�-ape�- n�ainteiiai�ce or operatio�l by persons otlier tha�i Co�ltractor, Subcontractors, Suppliers, or any otller individual or e�tity for urlloin Contractor is aresponsible; or 2, i�ormal ��ear and tear under normai usage. C. Contractor's obligation to perform and coinplete tl�e Work in accordance v��i�h the Coniract Docurnents shall be absolut�. None of the following will constit�ite an acceptance of Work that is nat in accordance with t��e Conh-act Documents or a relEase of Conh-actor's obligation to per�oz-�xa tize Woz� in accordance with t�ie Cant�act Dacuments: 1. obseivatians by City; 2. recomtnendation or payi�eilt by City or Developer of any progress or iinal �ayment; 3. the issuance of a certificate of Final Acceptance by City or any payment reIated tliereto by City; 4. use or occupancy of tl�e Work or any part thereof by City; 5. any review and acceptance of a Subinittal by City; 6. any inspection, test, oi• a�proval i�y otl�ers; oz- CITY OP FORT �VORTH STANI7AR[7 CITY CONDITCO�IS -17EVELOPER AWARDED PR07ECT5 Revised: Jamiary ] 0, 2013 00 73 ] 0- 24 5tandard ('ity C;onciitinns C�f The (;nnstr�j�tinn C;ontrac:t Fnr �evelcs�er Awarcleci Pr�jPcis Page 24 of 35 7. any correctioi� of defective VL�ork by City. D. Tl�e Contractor shall remedy any defects or dainages in the Wozk az�d pay �for a��y da�nage to �Lltet• w�rlc �r pr�perty resultiri� lherefi•orri wliic�i sliall appeai• williit� a. pe��i�cl c�f lwt� (2j years fro�n the date of Fi11a1 Acceptance af the Work unless a loi��er period is specified and shall fizrnish a goad and s��fficient mainfeilatsce bond, complying wit11 the re�uirements of Article 4.02.B. Tl1e City ��iIl give notice of observed defects ��i�11 r�aso�lable proinpmess. 5.18 Tnderni�iiication A. Cozat�actor covenants and agrees to inderr��ify, hoId l�aranless and de�end, at its own expense, t�ae City, i#s officers, seivants and employees, froin and against any and all claixns arisiz�g out of, or aIleged to arise out of, the work and services to be perfor�l�ed by the Contractor, its officers, agenis, etn�loyees, subcont�•actors, lic�n�es or invitees titicler this Cont�act. THIS INDEMNIFICATION PROVISIOn� IS SPECIFICALLY INTENDED TU UPERATE AND BE EFFECTNE EVEN �F �T �S ALLEGED QR PROVEN THAT ALL OR SOME 4F THE DAN�A.GES SE�NG S�UGHT WERE CALTSED, ZN VL'HOLE OR IN PART, BY ANY ACT, OM�SSION �R NEGL�GENCE OF THE CITY. This indernnity pr�visioil is intez�ded ta iz�clude, without limiiaiion, inde�nnity for costs, expenses and legal fees i�lcurred by the City in defendi�lg againsi such claims and causes of actio�is. B. Contractor cavenar�ts and agrees io xndemni�'y and l�old harmless, at its ovv�� expense, the City, its a�ficez-s, servaz�ts and employees, fran� and against any and alI loss, damage or destructian of pro�erty of the City, arisi�lg out of, or aliebed to ai•ise out of, t��e woz-k anci services to be performed by the Contractor, iis officers, agenis, einployees, subcontractors, licensees or invitees under this Contract. THIS INDEMiVIFICATION PROVISION TS SPEC�FICALLY Il\TTENDED TO �PERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEl�T THAT ALL 4R SOIVIE OF THE DAMAGES BEING SOUGHT WERE CAUSED, �T WHOLE 4R IN PART, BY ,ANY ACT, �NIISSI41\� �R NEGLIGENCE OF THE CITY. 5.19 Delegatio�7 of Pf•ofessiof�al Design Se�vices A. Contractor will not be rec�uired ta provide professional design senTices unless st�ch services are specifically rec�uu•�d by the Contract Docum�nts for a portion of the �Vork o�• unless such seivices are required to carry out Confractor's respoi�sibilities �or construction mEans, methods, tecf�nic�ues, seque�ces and pz-oceduz�es. B. Ii professional design seivices or certificati�ns by a design professional reIated to sys�ems, z�la�erials or equipmen� are s�eci�cally z-equired o� Cantractar by the Cannact Documents, City will specify aIl performance ai�d design c�•iteria that such se�vices n�ust satisfy. Contractor sl�all cause such seivices or certifications to be provided by a�roperly licensed professional, whose signature and seal sl�all appear on all drawings, calculations, specificatioi�s, certifcations, and Subinittals �repared by such professional. SubtnittaIs �•elated to the Work designed or certified by such professional, iiprepared by others, siiall bear such professional's w�•itten approval when sub�nitle� ta City. crrY or roRT �voRTt�i STANDARD CITY CONDITIOI�TS — DEVELOPER AR�ARDED PR07ECTS Revised: Jani:ary ] 0, 2013 00 �a i o- zs Standard City Conditions Of The Construcfion Contract For Devefoper AwarBed Prajects Page 25 of 35 C. City shalI be entitlect to rely upan the adec�uacy, accuracy and completeness of the sey-��rces, certifications or approvals perfortned by s�ch desigii professionals, provided City has specified to Coiltractor perfonnance aud design criteria that such services �nust satisfy. D. 1'ursuant to this Parab aph 5.19, City's revie�nr and acceptance of design calc�.rla�ions and design drawings will be only for tihe li�ni�ed purpose of checking for conformance wi�h ��rformance and design criteria gi�re�� and t��e design cancept expressed in t��e Contract Dacuinei�ts. City's re�vie�xr and acceptance af Submittals (except design caIculations a�ld design drawings) will be only far the purpose stated in Pax-agraph S.1 b.C. 5.20 Riglzt to �lzrdit: A. The City reserves t11e �ight to audit all proj�cts utilizing City funds B. The Co��t�-actor agrees ihat the City shall, until the expiration of three (3) years after final payrnei�i under this Contract, l�ave access to and the rigllt to exaanine and photocapy any di�•ectly per�inent boaks, documents, papers, and records o�tl�e Contractor involving transactions relating to this Contraci. Contractor agrees that it�e City shall have access during ReguIar Working Hours to a11 i�ecessary Contractor facilities and shall be pravided adequate and apprapriate work space in order to coliduct audits in coi�lpliance wi�h �he provisions oi this Paragraph. T��e City shall give �antractar reasonable advance notice o� intended audits. C. Coniractor fi�rtiler agrees ta include in alI its subcontracts hereunder a provision to the effect t11at tlie suUco�ltractor a�ees that tlle City sl�all, u��til tl}e e�pii-ation af three (3} years after �nal payme�it �nder tl�is Confiract, have access to and tl�e right to exaz�niz�e ar�d photocopy any dz�ec�ly pertinent b�t�ks, clocuzne��ts, papers, a�d records oC such Subcontractor, involvi��g �ra��sactions lo the subco��traci, ar�d fiirther, that City shall ha�e access during Regular Workinb Hours to all Subcontractor faciliiies, a�id shall be provided adequate and appropriate work s�ace in order to conduct audits in com�liance with tl�e p�•ovisions of this Pa�•agraph. T1ze City shall give Subcont�acto�• reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to pliotocopy such docuinents as may be �•equested by tlie City. The Ciry agrees to reiinbu�•se Contractor for tlle cost of the copres as follo��s at the rate published in tl�e Texas Ad�ninisf�•ativE Code ir� �ffect as of the time copying is per�ormed. 5.21 No�zdiscr•ir�zinatinr2 A. Tl�e City is responsible for o��erating Public Transportatioi� Programs and iinplementing transit- related projects, wliicll a�•e fiinded in pai-� witli Federal fnancial assistance awarded by the U.S. Depart;nent of Transporiation and the Federal Transit Adir�inistration (FTA), without discrimi�latilig against any pers�n in tl�e United Sta�es on tl�e basis of race, color, or national origin. B. Title T/I, Civil Riglits Act of 19G4 as amelzclecl.• Canh-actor sl�all con�ply witl� the rec��irements af the Act and �he Regulatio��s as fuz�tlae�� defined zn the Suppleme��tary Coi�ditions fo�- any pz-oject recei��ing Fedez-al assistance. ClTY Ot' 1�ORT 4'�jORTH STANDARD CITY COr�DITIO\S — DEVELOPEIt AWARl7�Tl PRO.IECTS Revised: Jan��ary IU, 2013 oa �s io- zU Standard City Conditions Of The Consiructian Contract �ar [7eve€pper Awarded Projects Page 2G of 35 ARTICLE b-- OTHER V4�ORK AT THE SITE f.01 Related Yija��lz at Site A. City may perfoml other v��ork related to tlze Project at the Site wiih City's employees, or otiler City contractors, ar through other direct coiltracts t��erefor, or have other work perfoi7ned by uiility owners. If sucl� other work is not nated in the Cantract Docuinents, then writtei� notice thereof will be given to Cor�t�actor pzior to starting any such otl�er wark; a�1ct B. Co�a�xactoz- shall afford each ather contractor r�rho is a pa�-ly to such a direct contract, eacli uiility ow�aer, a��d City, if City is perfonning other wark with City's e�nployees or other Ciry contractors, proper a��d safe access to t��e Site, provide a reaso�labie opportuniry fa�• the introduction and storage of materials and ec�uip�ne��t and �he execution of such other v�rork, and properly coordinate the Wark with theirs. Contractor shall do all cuiting, fiitting, and patching ofi the Work tl�at may be required to pro�erly coniiect or otliervvise �raake its se��eral parts came together and properly integrate with such other work. Contractor shall not e��danger any wark o� others by cutting, exca�ating, or otherwise altering such ���ork; provided, however, tl�at Coz�tractor z�nay cut or alter others' wark with the rvrittei� coi�sei7t of Ciry and the others whose work wiIl be affected. C. If t�le proper execution or results of any part of Contractor's Work depends upon work performed by athers under tliis Article 7, Contractor shall inspect such ot�ier work and promptly z-eport to City in v�fz-iting airy deIays, defects, or deficieiicies in sucl� oiher work thai render ii unavaiiable or ui�suitable foz- tk�e proper executio�l and results of Contracior's Wor�C. Contractor's faiiure to so report will constitute az� acceptance oi' such other work as �i� and proper for i�ltegration ��fith Contractor's Work except fo�- latent defects iz� the «Tork pro�ided by others. ARTICLE 7 �- CITY'S RESPONSIBILZT�ES 7.01 If7spections, Tests, and A���r•ovals City's responsibility wifh respect to certaiii inspections, tests, and approvals is set £�rth in Paragraph 11.03. 7.a2 Lijaaitatiof�s ofa City's Responsibilities A. Tlze City s11a11 not supervise, direct, or l�ave control or au�l�oxity aver, nor be r�sponsiUle for, Cont�•acta�•'s means, i�netliods, techi7iques, sequences, or procedures of con.st�-uctian, or the safety precautions and progra�ns incident thereto, or for any failure of Cont�•actor to com�Iy wztl� Laws and Regulations applicable �o the perfor�nance of the Wo�•k. City will not be respoilsiY�le for Conh•actor's failure to pez-fonn tl�e Work in accordance with the Conh•act Docuinents. B. City will notify t��e Contractor oiapplicable safety plans pursuant to Paragraph 5.13. G1TY OF Ft}RT 1��'�RTH STANBART7 CITY CONDiTIOI`�S — DEVELOPER AWARDED PR�7ECTS Revised: Ianuary i 0, 2013 oa�s io-a7 Standard Gity Conditions Qf The Canstruetion Coniraet C"ar Deve[oper F�warded f'rojaets Page 27 of 35 7.Q3 Complia�zce ivitl� Safetyl P��agf-a1n While at the Sit�, Cily's erllployees and representati���s shali coinply vvitl� t11e specific applicable iec�uit�ii��c.i�l� uf Cc�iiliactu�'� �al'�ty �i�gia��5 �l wl�ic:l� Cily lia� Lee�� i����iii��eel �ui�uai�[ lu Paragrapll S.I3. ARTICLE 8�- CITY'S OB�ERVATION STATUS DURING CONSTRUCTION 8.01 City s P��oject Rep�-eserztative City wili provide one or zl�ore �'roject Represe��taiive(s} duri��g tlae coz�struction periad. T��e duties and responsibilzties and i��e lixnitations of a�ithority of City's representative duriz�g construciion are set forth in the Contract Docurnen#s. A. City's Project Repz-escntativc will x��a�Cc �isits to the Sitc at intcrvals appropriafie to tl�e various stages of coz�struction as City dee���s necessaty in order to observe the prog�ress that has been rnade and the quaIity of the various aspects of Contractor's execuied Work. Based an informatio�� obtained during such j�isits anc� obser�ations, City's Project Representative will detennine, in g�iieral, if �lze Work is proceeding in accordance wit17 t11e Cont�•act Docur�l�nts. City's Project Represey�tative will not be required to �nake exhaustive or continuous inspectioi�s on the Site to check tlle quality or quantity of the Work. City's Project Representative's ef%rts will be directed toward pro��iding City a greater deb ee af confidence that the completed Work will coi�foin� generally ta the Coiltract Docu�nents. B. City's Project Representative's visits and abservations are subject to all the limitatians on authority and respansibility in the Coniract Dacuments. 8.02 Ai�tl2ot�ized Tfar•iations in Wo�•Ic Ciry's Project Representative may authorize minor variations in the Work fro�n the requirements of the Cont�ract Documen� rxrhich do not involve an adjusti�nent iy1 t�3� Con�raci Price or tlle Contracf Tirne and are compatible �xriih the design coilcept of th� completed Project as a functioning whoIe as indicated by the Contract Documents. These �nay be accomplished Uy a Field Order a7id will be binding on City Develape�-, and also on Coiat�-actoar, wl�o shall per�arm tl�e Work in��olved proz��ptly. 8.�3 Rejecting Defective Wo� k City will have authority to reject Work wY�ich City's Project Representative belie�es to be defecti�re, or will not �roduce a cam��l��ed Project that conf�nns to tl�e Conhact Documents or that «�ill pz�ej�dice t��e integrity of the design concept af tl�e coin�leted Praject as a fui�cti�niF�g wlzole as i��dzcatec� �y the Con�i-act Docu�ents. City will ha�Te autlioz-ity to coa�duct special inspection or testing of tY�e Work as ��rovided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OP PORT 16rORTH STANDAI2D C1TY CO�TD1TI01�'S — DEVELQPER AWAItDED PROJECT� Revised: January 10, 20I3 DO 7.i 10- 28 Sfandsrd Ciiy ConditiQns Of The Constructian Contraet �or Developer Aworded f'rojcels Aage 28 of 35 $.0� Deter•r�zisaatians fo�� Wor�kPetfo��ned Cox�t�acio�- wil] determine tl�e actual qua��titzes and classificatioa�s of Work performed. City's Project Re�aesei,talive will tevie«� wi�l� Cui,t�acici► llie �ieli�r�iiiaiy cleieitrzi�anliut�s ��z sucl� �X�dlte�s lie£�ie renderiug a ��vritten recorr��ilendation. City's written decision �=ill be final (except as �nodified to reflect changed factual caiidiiions or n�ore acct�rate data). ARTICLE 9— CHANGES iN THE V4'ORK 9.01 Aisthaf�ized Cliafzges in tlze Wo�-Ic A. Witliout invalidati��g the Co�ltract and �rithout notice to any surety, City inay, ai any tiy�e or from time ta time, arder Extra Wark. Upon notice oi such Extra Work, Co��tractor shalI promptly p�-oceed «�itli the Work involved wluch wilI be perfanned under the appIicable conditio��s af tlae Contxacl Docuznents (except as othen��ise speci['icaily provided). Extra Work shall be inen�orialized by a Participating Change Order 1�vhich znay ox �nay not pz-ecede az� order of Ext�a work. B. For n�ix�or cl�azages of Work not xequiriz�g cl�az�ges to Conhact Time ar Contract Price on a pz-oject witl� City participatio��, a Field O�-der may be issued by tl�e City. 9.02 �rotificatio�z to Sur-ety If the provisions of any bond rec��7ire notice to be gi�ren to a s���-eYy of a��y change affecting the general scope af the Wark or the pro�Tisions of the Contract Dacurnents {includir�g, but not limited to, Cantract Price ar Cantract Time), the giving of any such natice will be Cantractar's respoi�sibility. Tl�e arraaunt of each applicable boa�d will be adjusted by the Contractor ta refi�ect the effect of any such change. ART�CLE ] 0— CHANGE �F CONTRACT PR.�CE; CHANGE OF CONTRACT TIA�E I0.01 Charzge of Corzt��act Price A. The Cont�-act Price may only be changed by a Partici�ating Change Order for projects with Ci�y �articipation. 10.02 Clzarige of Co��tr-act Time A. The Contxact Time i�3ay only Ue changed l�y a Participatin; Change 4�-der for projects with City participation. 10.03 Delays A. �f Coz�t�-actor is delayed, City sl�all not be liable to Contractor foz- any ciair�s, casts, losses, or damages (including �ut not iimited to all fees and charges of engineers, architects, atto�neys, and otlle�• professionals and all court or arbination or other dispute resoiution costs) sustained by Coiltractor on or ii� connection wit�1 any otl�er proj�cti or anticipated project. c�r� o� �or��r ��lor��r�a STANDAR� CITY CONDITIONS �- DEVELOPER AWARIJ@D AR07ECTS Revised: January ] 0, 2013 00 73 10- 29 5iondard City Canditian� Of The Con�Sruction Contraot For Develaper Elwarded Projects Page 29 of 35 ARTICLE I1-- TESTS AND INSPECTIONS; CORRECTIOI��, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.0 I 1Vulic,�e uf D�fecls• Notice af all defective Work of whicI� City has act�ual icnawiedge will be given to Contractor. Defective Wark z�ay be rejected, corz-ected, or accepted as provided in this Article 13. 11.Q2 Access to YTjarlc City, ii�depei�dent testing ]aboratories, and governinental agencies with jurisdictianal interests will have access to the Site and the Work at reasa�iable times for their observatio�l, iuspection, and fiesting. Contractor shall provide tllern proper and safe canditio��s for such access and advise them of Cor�tractar's safety pr�cedures and pragra���s so that they may coinply therewitl� as applicable. I l.a3 Tests at�d I�xspectio��s A. Contractor s11all give City timely notice of readii�ess of the Work for all rec�uired i�ispections, tests, or approvals and shall cooperate with inspectio�� and testii�g personnel to facilitate required inspections or tesfs. B. If Contract Documents, Laws or Regulatio�is of any public body having jurisdictioza z-equire any of the Wor� (or part t��ereo�} to be ii�spected, tested, or approved, Contractor shall assu�ne full responsibility for arr�nging and obtainirlg st�ch iY�deper�dent i�lspections, tests, retesis or approvals, pay all costs in cannection therewit�l, and furnish City the reql�ired certificaY�s of inspection or appraval; eYceptin�, however, those fees specifically identi�ied i�l the Suppleme��tazy Condi�io��s or any Te�as Depari��lent af Licensure and Reg-�lation {TDLR) i�lspections, which shall be paid as described in the Stiipple��entary Conditions. C. Contractor sllall be responsible for arranging and obtainii�g and shalI pay all costs in connection wi�l� a��y iz�spections, tests, re-tests, or a��provals required for City's acceptance of inaterials ar equipment to be incotporated in the Worlc; or acceptance of m�ate�-ials, inix designs, or equipz�ent submitted for ap�roval prior to Contractor's purchase thereof for incozpo�-ation in tlle Work. Suci� inspections, tests, re-tests, ar a�provals shall be performed by organizations approved by City. D. City inay an•ange for the services of an independent testing la�oratory {"Testing LaU") to perfoi-�n any inspections ar tests ("Testing") for any pa��t of tlle Work, as determineci soleiy by City. 1. City wiIl coordillate such Testing to the extent possible, with Contractor; 2. ShouId any Testing under this Sectioi� 11.03 D result in a"fail", "dic� not pass" or other similar negative res��lt, the Contractor shaIl be responsible for paying for any and all retesis. Co��t�•actar's cancellation witl�out cause of City initiated Testing shall be deemed a r�egative �-esult and �-equi�-e a retest. CITY bF PbRT �t'ORTI-I STANDARD CITY CONDITION3 -- DEVELOPER A1��ARDED P1tOTECTS Revised: 7a3ivary [ 0, 20 ] 3 00 73 10- 30 Siandard Ciiy Conditions QF'fh� Consiruction Contr�ct For D�v�[op�r Awardad Proj�cls Page 30 of 35 3. Any a�l�ounts awed far any retest under this Sectio�� l 1.03 D shall l�e paid directly to the Testing Lab by Cantractor. City will forward all invoices for retests to Developer/Contractor. 4. If Conh•actoi• fails to pay the Testiilg Lab, City wi11 not issue a letter of Final Acceptance uiitiI the Testing Lab is Paid E. If any Work (or t��e worlc of ofl��rs) thaf is to be inspected, tested, or approved is covered by Coi�tractor r��it��out writteii concurrence of City, Contractar sl�all, if requested by City, uncover such Work for observation. 11.Q4 Uncovering Wo�•Iz A. If auy Work is covered contrary to tl�e Contract Documents or specife instructio��s by the City, it n�ust, if requested by City, be uncovered for City's ob�ervation and re�laced at Contractor's expense. � 1.05 City Ma}� Stop tlze YTTot-lz If the Work is defective, or Coniractor fails to supply sliffZcient skilled workers or suitable inaterials or equiprane���, o�- faiIs to perfonn the Work in such a way that the coznpleted Work will confo�n to the Contract Documents, City may order Contractor to stap the Work, or any portion tl�ereof, until the cause for s�ch order has been eliininated; however, this right of City to stop the Work sha�l not bive rise to aily d�ity on tl�e part o� City to exercise tl�is right for t��e be�lefit of Contraetor, ai�y St�bcontractor, any Su�plier, any otller individual or entity, or any sur�ty �or, or einployee or agent of a�1y of tllei�l. 11.06 Co��r�ectiof� or•l2er�aoval ofDefective T�Tot�7� A. PramptIy after receipt af «�ritten i�otice, Con�racior shall correct all def�ctive Work pursuant to an acceptable scl�edule, �nll�etl��r or not fabricated, installed, or completed, or, if the Work has been rejected by City; remove it from the Project and �•e�lace it witl� Work tl�at is not defecti�e. Cont�actor shall pay all claims, costs, additional testing, losses, and dalnages (including but not limited to all fees and charges of engineers, architects, attorneys, aild other professiorlals and alI court o�- arUiri-ation ox- othe�� dispute aresolutzon costs) arising out o�' ar relating to such canection o�� z-emoval (including but not limited to aIl costs of repaiar oz �-eplace�eant o£ worlc a� othez-s). �'ailure to require the reinoval of any defective Work shall not constiiute acceptance of suc�� Work. B. Wl�e�l coirecting defecti��e Work under the tenns of ihis Paragraph 11.06 or Paragrapll 11.07, Contractor shall take no actiorl that would void or other«Tise i�n�air Ciry's special war�anty and gl�arantee, if any, on said Work. 1 �.07 Cor-r-ectio�� Period A. Tf withiii iwo (2) years afte�• t�ie date of Final Acceptailce (oi• such longer period of time as may be presci-ibed by the ter�ns of any applica�le special guarantee required by the Contract CI7X OF FpRT �1�pRTH STAI�]]ARD C1TY CO3+1171TION5 — DCVELOPER AVI�ARDE� PR�JCCT5 Revised: January 10, 2013 00 73 10- 31 Standard Clty C:onditions Uf 1 he (;onsirucfion Contract For Ueveloper Nwarded E'rojects Page 31 of 35 Doc�aynents}, any Warlc is found to be defective, or if the repair of ai�y damages to the land or areas made a��ailable for Can�-actor's nse by City a�- pez-nnitted by La��vs and Regulations as contelnpIated in Paragrapl� S.1 O.A is found ta be defective, Contractoz shall proznptly, without cost ta City and in accordance with Ciiy's written instructions: 1. repair such de%ctive laud or areas; or 2. correct such defective Wark; or 3. if t11e defective Work has been rejected by Ciry, remave it �roin the Project and replace it with Work tl�at is not de�ective, and 4. satisfactorily coi�rect or• repair or rernove and replace any damage to other Work, to the work af other� �r �ther lanci or area� res�rltin� there#�rrnn. B. I£ Contxactor does i3ot promptly corr�ply with the terms of City's written instructions, or i�� an e�nergency v�There deIay would cause serious risk af loss or damage, City may have the defective Work co�7•ected or repaired or may have tl�e rejected Wor�C removed and replaced. AlI clai�ns, costs, losses, and dan�ages (including but no� limited to all fe�s ai�d charges of engineers, architects, attori�eys, and other professionals and all court or otker dispute resolution cos�s} arising out of ar relating to such correction or repair or such re�novaI aild replaceinent {including but not Iii�lited to all casts oirepair or replacement of work of othersj will be paid by Caiitractor. C. ��L�here de�ecti��e ��L�orlc (and da�nage to other ��iToric resulting t��erefiom) l�as been corrected or re�nor�ed ayld replaced under this Yaragraph 11.07, the con�ecti�n period l�ereunder v��itl� respect ta sizch Warlc may be required to be extended far an additional period ofi oi�e year after the ezad oi the initial conrection period. City shall pzo�ide 30 days v��-ittex� ��otice to Contractor and Developer should sucl� additional �varraniy coverage be required. Co�ltractor's obligations under tl�is Paragraph I 1.07 are iu additian to aiiy atl�er obligation or warranty. The provisions of t17is Paragrapli 11.07 sl�all not be const�-ued as a substit�ie far, or a wai�er of, the provisions of any applicable staiute of limitation or repose. 11.08 City May Cor�l�eet Defective YT�ot�lc A. �£ Contracto�- fails within a reasonable tiine after writien notice from City to correct defective Work, or to reinove and replace rejected Work as required by City in accordance wit� Paragrapli 11.06.A, or if Co�lh-actor fails to �erfor-�n tlie Worlc in accardaiice with the Contract Docuznents, or if Cont�actor fails to con�ply r�itll any atl�er pravision af th� Con�•act Documeilts, City may, after seven {7) days u�-itten natice to Cantractor and the Developer, coirect, �r remedy any such deficiency. B. In exercising the rights and ��emedies tuider �his Paragraph 1I.09, City shall proceed ex�editiously. �n cozinection wit� sucka coxxective or zennedial ac�iox�, City znay exclude Coz�n-actor fi-om a11 or part of the Site, take possession of all or �art of the Work and sus�end Contracior's seivices �•elated thereto, and incoiporaie in t��e Work all maierials and equipinent incorporated in tlie VVork, stored at tlle Site or for wliicll City has �aid Contractor but wl7ich are CITY OF FORT RrORTH S'FANDARD CITY COND]TIONS — DCV�LQFCR AVdARDLd PRQ7CCTS Revised: January lU, 2U13 04 73 i 0- 32 Slandard C;ily C:onc[itinns Of The Cnnstr�iciion C;ontract For Deve3oper Awarderl Projects Page 32 of 35 stored elsewhe�e. Co��t�-actor shall allow City, City's represen�atives, agents, coY�suita��ts, e�nployees, and City's otl�ez• contractazs, access to the Site ta enable City to exercise the rigllts and remedies under this Paragraph. C. All cIai�ns, costs, lasses, and damages (including but not lin�ited to aIl fees and charges of e�zgi��eers, arck�itects, aitoz-��eys, and other pro�essionals and all court or other disputie resalution costs) incurred or sustained by City i�� e�ercisi��g the rights and reinedies under this Paragraph 13.09 will �e charged against Coiit�•actor, and a Cl�a��ge O�-der will be issued incarparating the �iecessaty revisions in the Cont�act Doct�ments with respect to the Work; and City shal] be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of ihe Conta�act Tin�e becaUse of any delay in the perfon�nance of tlie Worlc attributable to the exercise of City's rights a��d rea��edies u��dez- this Para�raph 11.09. ARTICLE 12 — COMPLETION 12.01 Ca�ztractor's I�arf�arity of Tiile Contract�r warrants aild guarantees tliat title to ail Work, ��naterials, and equipment covered by any Applica�ion %r Pa}�nei�t will pass to City no later than the time of Final Acceptance aild shall be free a��d clear of aIl Lie��s. 12.02 Pal-tial Utilizc�tiora A. Prior to Final Acceptance of aIl the Work, City inay use or occupy any substa��tially co�npleted part of the Work �Thich has specificaIly been identif ed in the Contract Documents, or ��hich City, detennines cai�stitutes a separately fuuctioning and usable part of the Work that ca�1 be used by City for its i��tended puipose without signif cant interference with Contractor's perfor�nance oi tlae renlainde�- of t�e VS�ork. City at any time �nay notify Contractor in r�rritiug ta �ermit City io use or occupy any sucl� part of �he Wozk which City determines ta be ready for i�s intended use, subject to the following conditions: 1. Cont�•actor at a�1y ti�ne may notify City in w�-iting that Cannactor considers any sucli part of the Work ready for its intended use. 2. ��7it�lin a reasonable time aftez- noti�ication as enumerated in Paragraph 14.OS.A.1, City and Coiltractor shall make an inspection of that part of tk�e Work to detein�ine its status of completion. If City does not consider tl�at pairt of the Work to i�e substantially co�ni�lete, City will ilotify Contractor in writing giving tlie rea�ons therefor. 3. Pat�ial Utilization ���ill not constituie Fi�1a1 Accepiance by City. 12.03 Fifaallr7spectio�a A. Upon ���ritter� notice f�•om Contz-actoz- t�at tkae ei�tiz�e Warlc is complete ii� accordar�ce wit�� the Contraci Docuinents: c�mY or �o�T «roRTx STANDARD CITY CflN]]ITIO�S —]�EV�LQPER AWARI]�D PRQJECTS Revssed: Januaxy ] 0, 2013 00 �s i a- 33 £tandard City Condiiiona Of Tho Canetruation Contraot For po�olopor �lwardod Prajoote Page 33 of 35 1. witl7in 10 days, Ciiy will schedule a Final Ins�ection with Contractor. 2. City will i�oiify Coniractor in writing of alI particuIars in wl�ic� this i�lspectian reveals t��at llic Wuik is ii�c�ifi�lcic ui cicfcclive. Coifl�a�l�i sliall iti�tnccliaLcly la�c suc;lz iric��uzcs a� a�c iiecessary tio complete suc�1 Work or reinedy such deficiencies. 12.04 Firial Accepta��ce A. Upon completion by Contractor to City's satisiaction, oi any additia�ial Work identified in the Fzz�al Inspectio��, City will issue to Contractor a Ietter of FinaI Acceptance upon ti�e satisfaction of the :FoIlowing: l. All documentation called for in the Contract Docuinei3ts, including bi�t not limited to the evidence of insura��ce xequired by Paragraph 5.03; 2, cansent o� tl�e surety, if any, to Final Acceptance; 3. a list of alI pendit�g or released Damage Claims against City that Coniractor believes are u�lsettled; and 4. affidavits of payinents and camplete and legally effecti�Te reIeases or ��aivers (satisfactary to Ciry) of all Lie�� rigl�ts arising out of or Liens fi�ed in connection with the Work. 5. after ail Da�nage Clairns havc becn resolved: a. directly by �l�e Co��tractor or; b. Contractor pravides evidence that the Damage Clai�n has been reported to Contractor's insl�ra��ce provider for resolution. b. Issuing Final Acceptance by tihe City shall not relieve the Conn•actor of any guarantees or other reqi�iremeuts af the Cantract Dacuments which specificaily continue thereafter. ARTICLE 13 — SUSPEN�I4N OF V4'4RK 13.01 City Ma}� Siis�eyzd i��al•Ic A. At any ti�ne and withot�t cause, City inay suspend the Work or any poi-�ion tl�e�-eof l�y w�-itten notice to Cont�actor and ��hicll may fix the date on which Virork will Ue resumed. Con�i•actor shall �•esume the Work on t��e date so fixed. During tem�oraiy suspension af the Work cov�i•eci by tl�ese Contract Dac�unents, for any reason, the City will sto� contract time on City participation �rojects. B. Should the Connactor not b� aUle to cornplete a por�tion af the Project due to causes beyond tlze cont�-al af and witl�out the �ault or negligence of tl�e Contractor, a�1d should it be detennined by �nutual consent of the Coz�t�-actor and City tk�at a solution to a�low cansn-uction to proceed is nat CIT`Y OF FORT WORTH 57"ANbAE2b CIT'Y CONDITIQNS — k�EVBLOPBIt A14rATLDED PROJECTS F2evised: Jantsary 10, 2D 13 flQ 73 10- 34 SttzndArd City Condition� O( Th� Construciion Contrc�at �or povelapor Awarded f'rajeet� Page 3A of 35 1ValI1�l� W1t�1711 a iea5011a��e �}el"I�Cl O� �lI7le, COIitI'�CtOi 1�"lay TeC�l1eS� aIl eXieriSlpi] lri COI1�1'aC1: Time, directly attributable to any sucl� suspension. C. IC il slzoultl l�ecUir�� i�ec�ssaiy t� sus��t�c� tl�e Wuik fo� ai� ii�clefii�il� �,��i�cl, t��� Cc►i�liacl�� �l�dll store all ��laterials i�� sucl� a�nanner tl}at tY�ey will �ot obstr�ict or impede the public unnecessarily nor become darnaged iz� any way, a��d he sl�all take every precautioi� to prevent darnage or deterioratio�i of the work perfoi7ned, he shall provide suitable draiiaage about the wark, ax�d erect temporary strt�ctures where necessary. ARTICLE I4 -- MISCELLANEOUS 1�.01 Givi�xglljotice A. Wheiiever any provision of t1�e Contract Documents requires the gi�ving of writteu notice, it will be cieemed lo have bec;i� validly gi�er� if: 1. delivered in persoi� to the ii�dividual or to a inember of the firm or to an officer of the corparation for «�I1am it is intended; or 2. deli��ered at o�• sent by registe�•ed or certified mail, postag� pr�paid, io ihe Iast l�usiness address Icnor�n to tl�e giver of the notice. B. Business address changes inust be pramptly made in writing to i�e oiher parry. C. Wl�e�aever tlie Contract Documents specifies giving notice by electranic means such electronic notice shall be deemed suf�ciea�t upon con�rn�ation of receipt by the receiving party. I4.02 Co�npirtatiorz of Tin�es When any periad of time is referred to in tlse Cotstract Documents by days, it will be computed to exclude the first and include the last day of such periad. If the Iast day of a��y such period falIs an a Sari�rday ar Su��day oz- oi� a day inade a legal ��oliday the next Working Day shall become the last day of the period. 1 �.03 Cutazulative Re�nedies The duties and o�ligations imposed by tllese General Conditions and t�ie rights and reinedies available hereunder to the parties hereto are in addition �o, and are not to be const�rued in aily way as a liznatatioa� of, az�y �gl�ts and rem.edies available to any az- all of tliern which are otlaerv��ise imposed or availaUle by Laws or Regulaiions, by special wa�-ranty or guaz-antee, oz- by otlaer �rovisions a� the Cont�act Dacuinents. The provisions of this Paragraph will be as effective as if repeated specifically ii1 the Contract Doc�unents in conilection witli each pa�-ticular duty, obligation, i-ight, and rernedy to «hicil they apply. CITY OF FORT 1l�QRTH STANDARD CITY CONDITI0�1S - DEVGLOPER A1�TARDED PROJECTS Revised: January 10, 2013 00 �s �a- ss Stand�rd City Condi€ion� Of Thn C�n,truction Cc�ntroct For Dc+vc�lopor f1w:�rd�d Prajocts Page 35 of 35 14.04 Survival of Obligations AIl represe�ltations, indemnifications, warra�lties, and guarantees n�ade in, required by, or given in acc�ic�diice wilFi Llic C�tiliacl Ducui�ici�ls, ds well ds dll c�iiliiiuiiig Ul�ligaLi�t�s iiiclicalecl ii� ll�e: Contract Docuinei�ts, will sun�ive fi11a1 paynlent, coinpl�tion, and acceptance of the Work or ter�nination or coinpletion of tl�e Contract or tet7nination of the services of Coi7tractor. 14.05 Heaclirzgs Article and paragraph l�eadings are inserted for conveniez�ce only azld do ��ot constitute parts of tl�ese Generai Conditians. CITY OF FORT �VORTH STAI�IDARD CTTY CONbTTI0�5 - b�'VELbPER ARrARbEb PROI�CTS Revised:7anuary 1Q,2013 011100-1 DAP Sl)MMARY OF WORiC Page 1 of 3 1 2 3 GENERAL SECTION 01 11 p0 SUMMARY OF VL�ORK 4 SUMMARY 5 A. Section Includes: 6 1. Summary of ��Vork to be performed in accordance with the Contract Documenis 7 B. Deviatioi�s fi-om this City oiFort Wortl� Standard Speci#ication 8 I . None. 9 C. Related Speci�cation Sections include, but are �iot necessarily limited to: 10 1. Division 4- Bidding Requirements, Caxatx'acl Fat�aas, ancI Conditions of tl�e Contract 11 2. Division 1- Generai Requirements 12 1.2 PR�CE AND PAYMENT PROCEDURES 13 14 15 lb 1.3 1% �.4 18 19 2Q 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 A. Measurem.ent and Payment I. Woric assaciated witii t��is �tezn is considered subsidia�-y to the various it�ms bid. No separate �ayn�ent wiIl be allowed for this Item. REFERENCES [NOT USED] AD11��N�STRA,T�VE REQUIREMENTS A. Woz•k Covez•ed by Contz�act Docurrients 1. R�ork is ta include furnishing all labor, �naterials, and ec�uipment, a�ad performing ai] R�ork necessary far tl�is canstniciion project as deiailed i.�t tl�e Drawings and 5pecifications. B. S�bsidiary Work l. Any and alI Wark specifically goveined by documentaiy ��equireinents %r tl�e project, such as conditians imposed lay the Drawi��gs or Contract Documents in whici� no specific item for bid has been provided for in the Proposal and the item is nat a typicaI unit bid itezn included on the sfandard bid iteni list, th�n the item shall be cansidered as a subsidiary item of Work, tlle cast of which shall be included in tl�e pz•zce bid in t�ae Proposal for various bid ite�ns. C. Use of Pren�ises l. Coordinate uses of preinises under direction of the City. 2. Assuine full responsibility for protection and safekeeping oimaterials and equipment stared on tlae Site. 3. Use and accupy only portions of the public streets ai�d alIeys, or other public places ar other rights-of-way as pro�rided for in the ordinances of the City, as sho��n i�3 t��e Contract Docwnents, o�' as i�1ay be specifically authorized in writing by tl�e City. a. A reasonable amount of toals, materials, and equipment for coi�struction puiposes may be stared in such space, but ��o rnore tE�an is necessary to avoid delay in the const�uction operations. G1TY OF FORT 1��ORTI3 Keller ISD - Parkvie�v E[etrrenfar'v Scltoo! 57"ANbAR� COI�ISTRUCTION SP�CI�ICATIOI� DOCUM�NTS — Developer Awarded Projects CPN 1 D3I57 Revised December 20, 2012 Ol iIOQ-2 PAP CiF�4�14ARY C�F �1Tf�RK Pagc 2 of 3 2 3 � S 6 7 U. Excavated and waste tnaterials sl�all be stored in such a way as not to interfere wit�� the u5e of spaces that xnay be designated to be left free and unobstilicted and so as not Ea in:con€venience occu�ants o£ adjacent property. c. Tf the street is oceupifld by rt�ilro�d tr�eIes, Eho Vl�orlc shnll b� cniried on in such maniier as not to intez•�ez•e wzth tkae ope�•atzon of the zailroad. AlI Work shall be in accardance with railraad requirei��ents set forth in Division B. ��Voz•k r�ithin Easements 9 IQ 11 12 13 14 15 16 17 18 19 20 2I z2 23 z� 25 26 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 l. Da z�ot enfer upnn private property far any purpose witlaaut laaving p��eviousty obtained pern�ission fro�n the owuer of such �roperty. 2. Do not stare equipment or �naterial on private property uniess ai�d ui�til the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished ta the City. 3. Unless specifically provided otherwise, clear ali rights-af-way ar easeinents of abstructions which must be reinoved to make possible proper prosecution of tl�e Work as a part of the �roject coilstruction operations. 4. PresenTe and use every precaution to prevent damage to, all trees, slirubbery, plants, lawr�s, fences, culverts, curbing, and all other types of structures ar improve�nents, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including �h� const�-uction of teinporary fences and to alI ather public or private property adjacenE to the Work. 5. Notify tlie ��ro�er representatives of the owners or occupants of the public or �rivate ]a��ds of i�iterest in tands which inight be aifected by the Woi-lc. a. Sucl� rzatice shall be made at least 48 hours i�� advance of the begznning o� tl�e Work. @ c. 0 as well as the z'ailroad permit. Notices sliall be applicable ta ba�h public and private utility companies and any carporafio�x, company, individual, or otl�er, eifl�ez• as o��vners or occupaiits, w��ose ]and or in#erest in Iand inight be affected by tEie Work. Be responsible for all dainage or injuiy to property of any character resulting frozn ai�y act, oz��ission, neglect, or misconduct in th� manner or method or executioi� of tl�e VLFork, or at any time due �o defective work, n�aterial, or equiprnent. b. Fez�ce a. Restore alI fences encount�red and reinaved during co��str�ction of the Project to the origi�ial ar a better than original condition. b. Ereci te�nporary fencing in place o� the f�ncing reinoved whei�ever tlie Work is not itz pragress and when the site is vacated overnight, and/or at all times to provide site secu�-ity. c. The cost for all fence ��ork wit��in easements, including removal, temporary closures and replacement, shall be su�sidiary ta t�e various items �id in tl�e project proposal, �nless a bid ite�n is specifically provided in the propasaI. CITY OF FdfZT �'�rORTI-3 Ket3er ISD - Parkvieiv Ele»:enia�y Sclaool STANDARD CONSTRUCTION SP�CIFICATCON DOCU[v1ENTS — Developer A�uarded Projects CAAi 103157 Rcviscd DcccEnbcr 20, 2012 O1 11 00-3 DAP SUM?vIARS�' OR 1VQRK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED� 2 1.6 ACTION SUBMITTALS/InTFORMATI01\AL SUBMITTALS [NOT US�D] 3 1.7 CLOS�OUT SUBMITTALS [1\�OT USED] 4 1.8 MAINTEnTANCE MATERTAL SUBMITTALS [NOT USED] 5 1.9 QUALZTY ASSURANCE [NOT USED] b 1.10 DELIVERY, STORAGE, AND HANDL�NG [N4T USED] 7 1.11 FI�LU [SITEI CONDITI4NS [NOT USED] 8 I.12 WARItANTY �NOT USED] 9 �ART 2- PRODUCTS jNOT USED] 10 PART 3- EXECUTION [NOT USED] il 12 EllTD OF SECTIOl�T Revisian Lag DATE NAME 5UMMARY OF CHANGE I3 C1TY O� FORT \�5�012TFT Ketler ISD - Far•In�ieti+� Eleri�e�rrary Scf�ool STAN�ARD CONSTRUCTIO\' SPEC3FICATION DOCUMENTS — Developer Awarded Projects CPN 103157 Rcviscd 17cccmbcr 20, 2012 aa �► a9- i DAP PR�CONSTRi7CTION MC�TING Pugc 1 of 3 1 2 3 PART 1 - GENERAL 4 L1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING S A. Section Tncludes: b 1. �'z-ovisions foz• tlae preconstz•uctio� zneeti��g to be held priar to tl�e sta�t o�' V4Tor� to 7 clarify construction co��tract ad2ni»istratian procedures $ B. De��iations from this City of Fort Wortl� Standard Speci�'ication 9 1. No canstraction schedule z•equaz•ed unless requested by the City. 10 C. Related Specification Sections i�lclude, but are not necessarily liinited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1-� General Requirements 13 � .2 �R.ICE AND PAYM�NT PROCEDURES 1 �- A. Measurenlent and Payz�ent 15 1. Work associated with this Item is considered suUsidiary to the various items hid. I6 No separate pa.yment will be allowed for this Item. I7 1.3 REFERENC�S (N�T USED] 1 S L4 AD�l�INISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 2b 27 2$ 29 30 31 32 33 34 35 36 37 38 39 A. Coordinatioii 1. Atiend preconstructioi� meeting. 2. Representatives af Contractor, suvcontractors and suppliers atYendi�ag meetings shall be qc�alified and authorized ta act an behaif of t��e e»tity each represe��ts. 3. Meetii�g adnzinistered by City znay be tape recorded. a. If recorded, tapes �ifill be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. �1 preconstruction zneetiz�g will be heid wit��ixi 14 days after the delivery of tl�e dist��ibution package to t�ie City. The meeting will �e scheduled a�1d adn�ii�istered Uy tl�e City. 2. Tt�e Project Representative will preside at the meeting, prepare the aaotes of tE�e illeeting and distribute copies of same to all participants wl�o so request by fully completir�g the attendance fann to be circulated at the begiiuiing of the meeting. 3. Attendance shall include: a. Developer and ConsuItant b. Cant�actor's project rnanagex c. Confractor`s superintendent d. Airy subcontractar or supplier representati�es �fhom tlie Contractor may desi�-e ta invite or tl�e City may request CiTY OF FORT �VORTi-I Kellcr ]5ia - Par�-vre�v E�eia�e�zlai�� Schoo! 5TA1dDARD CONS'E'itUC1'[ON SPPC[FICA'fI0?�i DOCUME�17'S — DEVELDPER AWARAE+D PROJECTS GPN 103157 Revised August 30, 2013 O] 3I 19 - 2 �'iAP PR�C:QIJSTRLICTI0IJ tvtC.rTI1JG Page 2 of 3 1 2 3 � 5 b 7 8 9 10 11 12 13 14 15 16 17 1$ 19 zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may incIude: a. �ntxoductxon o� k'xo�ect �'ersonz�el b. Ge�ieral Desci7ption oiProject c. 5tatus of right-of-way, utility clearances, easenlents or other pertinent pennits d. Cont�-actor's work pIaii and schedule e. Contract Time f Notice to Proceed g. Canstructian Stakiilg h. Progress Payments i. Extra 1Uork and Change Order Frocedures j. �'ield Orders k. Disposal Site Letter for Waste Maierial l. Z�asuraxxce Renev�7als m. PayrolI Certification y1. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation oiPre-Constiuction Conditians q. ��eekend Work Notification r. Legal Holidays s. Trench Safety Pians t. Confined 5pace Entry Standards u. Coo��dination �uith the City's representative for operatioi�s of existing water systems v. Storm Water Poliution Prevention Plan w. Coordina�ian with ather Cantractors x. EarIy �larning System y. Cantractor Evaluation z. Special Conditio�as applzcable io the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Proeedures dd. Coirespondence Routing ee. Record Drawings ff. Teinporary construction facilities gg. MBE/SBE pz•ocedures 11h. Final Accepta��ce ii. Pinal Payinent jj. Questions or Cozni��e��ts CITY OF ['ORT WORTH Ke[ier I5D - Parkvieiv Elenrentaly School STA�'IJARD CdNSTRiJCTION SPECIFICATION DOCUMENTS -- DEVELOPER AWAR�ED PROJECTS CPN 103157 Revised August 30, 2013 013[ 19-3 DAP PItECONSTRUCTiON MCE7'ING Pagc 3 of 3 1 1.5 SUBMITTALS [iVOT USED] 2 1.6 ACTION SUSMITTALS/IN�ORIIZATIONAL SUBMITTALS �\70T USED] 3 1.7 CL{),�EC)iJT �i1�iMiTTAI.S [NnT YJSFD] 4 1.8 MAINTENANCE i17ATERIAL SUBMITTALS [NOT USED� 5 �.9 QUALITY ASSURANCE [N�T USED] 6 1.X� DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 �11 FIELD [SITE] CONDITIONS [NOT USED� S �.12 WARIZANTY [NOT USED] 9 PART 2- PRODUCTS jNOT USED] 10 PART 3- EXECUTIOnT [NOT US�D] 11 12 E1\TD OF SECTION Revision Log DAT� NAME SUMMARY OF CHANGE 13 CITY OF FOR'T WORTH Kc13er ISD - Pm��viery �'lemerrfary Schaol STAIVDARD CO��STRUCTION 5i'ECIFICATIOI�� DbCUMENT5 — DE���LOPER AWARD�D PROJECT3 CPN 1 D31 S7 Revised August 3Q 2013 013300-1 DAF' SUBMITTALS Page 1 of 8 1 2 3 PART 1- GENERAL 4 1.1 SUIVIMARY SECTION Ol. 33 00 DAP SUBMITTALS 5 A. Section Includes: 6 1. General met��ods a�id requirements of subnlissions applicable to the following Work- 7 related sub��ittals: 8 a. Shop Drawings 9 �. Product Data (includang Standard Product List subznittals) 10 c. Sampies 11 d. Mack Ups 12 B. De��iati.o�is frozn this City af �oz�t Wartls ,Standard Specification 13 l. None. 14 C. Related Specification Sections i��clude, but are nat necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Fonns a��d Co��ditions af the Gontract 16 2. Dit�ision 1— General Requirements I7 l.2 PRICE AND PAYMENT PROCEDURES 1$ 19 20 21 1.3 22 1.4 23 24 25 26 z� 28 29 30 3I 32 33 34 35 3b 37 38 39 40 A. Measiu•eme��t and Payment 1. ��4�ork associated u�itli this Item is considered subsidiary io tlxe traz'iaus items bid. No sepdrdlc; paytrie�it will l�e alI�wecl far ll�is Iteiri. REFERENCES [NOT i]SED] ADMINISTRATIVE R�QUIREMENTS A. Coordination 1. Notify the City zza wriiing, at tlae tizne af subznittal, of any deviations i�i tke submittals from the requirements of the Contract Documeiits. 2. Coordination of Submittal Times a, Prepare, prioritize and n'ansrnit each submittal s�afficiently in advance of perfonni�zg the �-elated Work or other applicable activities, or within the time specified in tl�e iz�dividual Work Sectians, af the Specifications. b. Cont��actor is responsible such that tl�e instalIation will not be delayed by processing times including, but nat limzted to: a} Disapproval and resubmittal {if required) b) Coordination with ather submittals c} Testing d) Purcl�asing e} Fabricatioi� fl Delivery Sianilar sequenced acti��ities c. No extension of time will be autllorized because of #he Contractor's failure to trans��lit subnlittals sufficiently in advance of tlae Woz•k. CITY OF FORT V+rOATI-3 Keller ISD - Par-kview Elernenrmv Schoo! STANDARB COI�'STRUCTION 5P�CIFICATION DOCUIvIENTS — DE��ELOP�R AWAR]]E1J PRQ7ECTS CPA� 103157 Revised August 3a, 2013 O133flD-2 DAP SUBMI7TALS Pagc 2 of 8 1 2 3 4 S 6 7 S 9 10 11 12 13 14 15 L� 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 �0 41 42 43 44 45 d. Make submittals pra�nptly in accordaiice ��viti� approved schedule, and in such sequence as to cause no delay in t��e Work or in tl�e work of any ather coi�tractor. A. Submittal Numbering 1. Wi�e�� s�ibn�ztting sl�op drawings or samples, utilize a 9-charactex submittal cross- refei�ence ideutification nu�nbering system iia the ['ollov�ring manner: a. Use the first G digits of tlie applicaUle SpecificatioFi Section Num�er. b. �'ar the next 2 digits r�uxnber use ��umbers 01-99 to sequentially number each initial separate item or drawiz�g submitted under eacl� specz�`ic Section number. c. Last use a letter, A-Z, indicating tl�e resubnaissiai� of tlie saine drawing (i.e. A=2nd submission, B=3rd submission, C-4th sub�nissia�z, etc.). A typical submittal nu�nber would be as follows: 03 3a oaos-B 1} 03 30 00 is the Specification Sectio» for Concrete 2} 08 is the eighth initial submittal under tliis Specification Section 3} B is tlae thiz•d s��bznissio� {secand resub�nission} of tltiat particular shop drawing B. Contractor Certification I. Review s��op drawings, praduct data and sat��ples, including those by subcantractors, prior io submission to determine and verify tlie fallowiz�g: a. Field measure�nents b. Field consiruction criteria c. Catalog numbers and similar da�a d. Confonnance with the Contract Documents 2. Provide eac�� shop drawing, sa�nple and product data submitted by t�e Contractor wiih a Certi�ca�ion Staten�er�t a��xed i��cluding: a. The Contractar's Company name U. Signature of submittal reviewer c. Certifcation Stateme��t 1) "By this submittal, I hereby represent that r have determined and verz�`ied field Fneasurements, field construction criteria, materials, di�nensions, catalog numbers and similar data and I l�ave checked and coordinated each item with other applicable appraved s�aop drawuigs." C. Sub�nittal Forznat 1. Fnld shap drawings larger than S'/2 inches x 11 inclies to 8%z i��ches x l linches. 2. Bind shop drawings and product data sl�eets together. 3. Order a. Co��er Slaeet 1} Descrip�io�� ofPacket 2) Conh-actor Certification b. �,ist oi ite�ns / Table af Coz�te��ts c. Product Data /Shop Drawings/Sa�l�ples /Calculations D. Subnraittal Content 1. The date of subinission and tl�e dates of any previous sub��aissioi�s CITY OP FORT 1�'bRTI�I Keller I5D - Parkvietir L•le�ne�ztaiy Sclroal S1'ANDAIZD CONSTRUCTION SPEC[FICATION DOCUM�NTS -- DEVELOPER A1�TARD�D PROJECTS CPA' 103157 Revised August 30, 2013 Ol 33 00 - 3 DAf SUBMITTAL8 Page 3 of R 1 2 3 4 S 6 2. The Project title and nu�nber 3. Contractor identification 4. The names of: a. Contz•actar b. Supplier c. Manufacturer 7 5. Identification of the product, witl� the Specification Section number, page and 8 paragrapl�{s) 9 6. Field dizr�ensions, cIearly identified as such 10 7. Relation to adjacez�t ox• critical featu�•es of tl�e Wark or ax�aterials 11 8. Applicable standards, suc�i as ASTM or Federal Specification n�znbers 12 9. Identi�cation by l�igl�lighti�ig of deviations fi•orn Contract Doc��n�ents 13 1�. Zdenti�catioza by laigl�lighting of rerrisinns o�a resubza�ittals 14 11. Ar� S-inch x 3-incli laIazak s�ace �or Cozztrac�or and City statnps 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4� 42 43 44 E. S�op D�•awia�gs X. As spec��ed in individuall��oxk Sections includes, but is not necessarily lin7ited to: a. Custom-prepared data such as �abrication and ez'ection/installation (l�orking} drawi��gs b. Scheduled i��formatioia c. Setting diagraz��s d. Actual shopwork manv�'actuz�i�g instructions e. Custorn templates f. Special wiring diagrams g. Coordination drawings l�. I�idi�iduaI system or equipment insgect�on azld test reports including: 1) PerformaF�ce cur�es and certifications i. As agpIicabl� ta the Work 2. Details a. Relation of the various parts to tl�e main members and lines of the structure b. Where correct fabricatiozl of the V4�ork depends upon field measureme�zts Frovide sucl� measureine��ts and note on the drawings prior to submitting for approvaI. F. Praduct Data 1. Far submittals oiproduct data t�or products inciuded o�� the City's Standard Product List, clearly idenfify each item selected for use on the Project. 2. Far submittals af product data for products not i�icluded ot� the City's Standard Product �,ist, suUmittal data inay include, but is not necessariIy lii�aited to: a. Standard prepared data t�or manufactured products {someti�nes referred to as catalog data} 1} Suclj as tlie manufacturer's product specificatian and installation instructions 2} A�ailability af calars and patte�-�s 3} Manufacturer's printed stateme�its of co�npliances and applicability 4} Rougl�ang-zn diag�•a��s and templates 5} Catalag cuts CITY OF PbRT \'�rORTH Ke[ier ISD - Par-kvieiv Elen:errtary Scf�ool STANDARD CONSTRUCTION SPECIFICATTO?�t ]70CTJMENT5 — DEVELOPER A�i�AItDEE] PROJECTS CPN 103157 Re�ised August 30, 2013 o� ss oa-4 DAP SUBMITTALS Page 4 of 8 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 X� 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3� 32 33 34 35 36 37 38 39 a-a 41 42 43 44 4S 46 47 6} �'roduct pliotographs 7} Sta��dard wiring diagran�s S} Printed performai�ce curves and ope�-ationai-range dia� a�ns 9} Productiozi or quality ca��troI insp�ction and test re�orts and certi�cations 10) Mill reports l lj �z'oduct ope�'ating and znaintenance instructions and reco��nended spare-parts lisiing a��d pri�►ted produc� warranties 12j As applicable to tlae Wo�•k H. Sat�iples 1. As specified in individual 5ections, include, but are nat nec�ssarily limited ta: a. PIaysical examples of the Work suck� as: 1} Sections of�nanufactured or fabricated Work 2} Srnall cuts or containers of materials 3} Camplete units of repetiti�ely used products calorltext��re/pattern swatches and range sets 4} Specimens for coordination of visual effecf 5) Graphic syinbols and units of Work to be ttsed by tl�e City for independent inspectian and testing, as applicable to the ��ork I. Da not start Work requiring a shop drawing, sai��ple or product data nor any material to �e �ab�•icated or installed priar to tl�e approvai or qualified approval of such item. 1. Fabrication performed, inaterials purchased or on-site canstruction accampIisiied wlzich does not co��form to appraved shap drawiiigs and data is at tlae Gontractor's risk. 2. The City wilI not be liable fo�� any expense o�• d�lay due to coi7•ections or remedies required to acconiplish confonnit��. 3. Complete project Work, rnaterials, £a�ricatzon, azsd installations in confor�nance ��ith approved sliop drawings, a�plicable samples, and praducf daia. �. �ubmittal Distributioii Elect�-onic Distribu�ion a. Confit-�n develop�neiit of Project directory for elecfro��ic submittals to be uploaded to City's Buzzsaw si�e, ar anotl�er extensal FTP site approved by t��e City. b. Shop Drawings 1) Upload sub�nittal to designated project direciory aa�d natify appz'opriate City representati��es via email of submittal posting. 2) Hard Copies a) 3 capies far aIl subn�iitals �) If Contractar requires inore tl�an 1 hard copy oi Shop Drawings ret�arned, Contractor s��all submit more than the nuinber of capies listed above. c. Froduct Data i) Upload submittal to desigraated project directo�y and ��otify appropriate City representatives �ia email of subinittal posting. 2) Hard Copies a) 3 copies fo�' aIl sub�nittals d. Samples 1) Dist�'ibuted to tlae Project Representa#ive 2. Hard Capy Distribution (if required in lieu of electronic distribution) C1TY OF FORT VdORTI3 Kelier I5D - Pai In�ietiv Eleme��ta�}� Schaol STANdARD GONSTRETCTIpN SPECIFICATI�N DOGUMENTS — D�VELOPER Ati'S�ARD�D PROI�CTS CI'Ar 1 D3I57 Rcvised Augusi 30, 2013 01330Q-5 C}AP SIfEiMITTAI S Page 5 of 8 1 2 3 4 S 6 7 8 9 ia 11 I2 13 I4 15 a. Shop Drawiz�bs 1) Distributed to the City 2} Copies a. 8 copies for mecl�anical submittals b. 7 cogies for all other subrniEtals c. If Contractor rec�uires znare t�an 3 copies of Sl�op Dz•awings ret�irned, Contractor shall subinit more than the number o#' copies listed aUove. b. ProducY Data 1} Distributed to the City 2) Copies a) 4 copies c. Samples 1) Disiributed to !he Project Representative 2) Capies a) SuUmit the number stated in the respective Speci�'ication Sections. 16 3. Disiribute repz•oduetions of approved shop drav��in�s and copies ot� approved product 17 data and sa�nples, wliere required, to tl�e jab site file and eIseu�here as di�ected by 18 tl�e City. 19 a. Provide number af copies as directed by tl�e City but not exceeding the number 20 pre��iously specified. 2I 22 23 24 2S 26 27 28 K. Subznittal Re�iew 1. The review of shop drawings, data azad saznpies v��ill be for genera] confonnance with the design concept and Contract Documents. Tl�is is not to ve consh-ued as: a. Pei-�nitting any departure from the Cantract requirements b. Relieviiig the CailCractor of responsibility for a�iy errors, including details, diin�nsions, and n�aterials c. Approvi��g departures fro2n details furnished by ti�e City, except as otherwise pravided he�•ein 29 2. The review and approval of shop drawings, samples or pz•ad�ct data Uy tl�e City does 30 not reliet�e ti�e Contractor fi-orn his/her responsibility with regard to the fulfillment of 31 the tenns of the Contract. 32 a. All risks of enor and oj��issioi� are assumed by the Contractor, and t��e City will 33 have no responsibility therefore. 34 3. Tl�e Contractor remains responsiUle for details aiid accuracy, for coordinating the Work 35 witl� all other associated �r�ork and t�-ades, for selectir�g fabrication processes, for 36 �ecl�ic�ues of asseinbly and for perfoi�ning 1�iTork in a safe �nanner. 37 38 39 40 41 �2 43 44 45 46 47 4. If t��e sl�op drawings, data or samples as submitted describe variatioiis and sl�ow a departure fratn the Conh•act requireinents which City finds to be in the interest of the City and to be so ininor as not to iilvolve a change in Cantract Price or ti�ne for perfor�nance, the City i�ay z'eturn ihe revie�red drawi�igs without noting an exception. 5. Subn�ittals will be ret�.irned to the Conh•acEaz• und�r 1 of t�ae �ollowa�ag codes: a. Cad� 1 1) "NO EXCEPTIONS '�'AKEN" is assigned when there are no notations or comine��ts on the submittal. a. Wl�en xetumed Linder this code ti�e Cont�actar may reIease tlie equipment and/or material for �nanufacture. b. Code 2 CITY OF FORT ��rORTl3 Ke)ler iSD - Pat•lrnieiv �letuentmy 5choal STAlVL3ARA CONSTRUCTION SF�ECIFICATION DOCUMHNTS — DEVEC.OP�12 AV+,'AR17ET] PROJ�CTS CPRI 103157 Revised August 30, 2013 ai 33 00 - 6 DAP �UDMITT,�IL5 Page 6 af R 1 2 3 4 5 6 7 $ 9 10 lI 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 3a 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 4b 47 1) "EXCEPTIONS NOTED". This code is assigned wheu a confirmation of the z�otatio��s ar�d co�nmezats IS NOT �•equared by tk�e Ca��tractor. a. The Contractor may release the equipmei�t or material for inanufactu��e; laorver�er, all notaiions and cornments must be incorporated into the final product. Code 3 1} "EXCEI'TIONS NOTEDIRESUBMIT". This combination of codes is assigned wher� notations and comments are extensive enough to require a resub�nittaI of the package. a} Tl�e Contracto�- may release tl�e equipment or material for mauuiachire; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address alI coininents, omissions and non-confoi�nii�g items tl�at were noted. c} Resubmittal is ta be recei�ed by the City witl�in 15 Calendar Days of the date of �lie City's �i-ansmittal requiring the resubinittaI. d. Code 4 1} "NOT APPROVED" is assigned wlien �l�e submittal does not nieet tlye intent of the Contract Docun�ents. a) The Coiitractor must resubmit the entire package revised to bring tl�e subanittal anto con�o�aance. b) It may be necessaiy to resub�nit using a diiferent manufacturer/ve�idar to naeet tl�e Coniract Docu���ents. &. Res�Umittals a. Hat�dled i�� the sanie mai�ier as i'irst subxnittaIs 1) Corrections other thall requested Uy the City 2) Marked with revision triangle or other similar �nethod a) At Conh�actor's risk if not �narked b. Submittals for eac�� item ��vill be revie��ed no inore tl�an iwice at tl�e City's expense. Ij All subsequent reviews will be perfar�ned at times convenient to the City and at the Contractor's expense, based on the Cify's or City Representative's then prevailiilg rates. 2) Provide Contractar rei�nbursement to the City witl�ic� 30 Calendar Days for all such fees i�zvoiced by the Cify. c. The �ieed for more tha�� 1 resubmission or any atl�er delay in abtaining City`s revier�� of su��nittals, will not entitle tlze Cont�•actor to an extension af Contract Time. 7. Partial Submittals a. City resen�es the right to not reviev�r suUtnittals deemed partial, at the City's discretion. b. S��Umittals deezned by tl�e City ta be not complete wiil be areturned to tk�e Contractor, a��d will be considered "Not Approved" until resubmitted. c. The City may at its option pravide a list or r�ark t13e submittal directing the ConNactor to the areas t��at are inco�nplete. S. If the Contractor considers any can-ection indicated on the shop drawings to constitute a change to the Coniract Dac��me�lts, thei� writtei� nolice �nust be �rovided tliereof to t�e Developer at least 7 Calendar Days prior to release for manufacture. CI7'Y OF FORT VI'ORTf 3 ICeller I5D - Par�viejv Eleine�uaiy Sciiool STANDARB CONSTftUCT10N SPECIFICATIOi�� DQCUMENTS —]7E��ELOE'EFt A�1�AR]�ED PROJECTS CPN 103157 Reviscd August 30, 2013 oi 3s oa-� DAP SUBMITTALS Page 7 of 8 1 9. �hen the shop drawings have been co�npleted ta the satisfaction of the City, the 2 Contractar may carry out the co��struc#ion in accordance tlierewith ai�d no furd�er 3 changes therein except upon written instructions from the City. 4 l0. Rach suhmitt�i, api�ro�riately cocleci, wiil he ret��r���d «ithin 30 C`alendar i�ays 5 follo���ing receipE of submittal by the City. 6 L. Mock ups i l. Mock Up uiiits as specifed in individual Sections, include, b�t are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remal�e at fli� campletion of the Work or wl�en dir�cted. 10 M. Qualifications 11 If s�ecit�ically required in other Sectians of �l�ese Specificatians, submit a P.E. Certification 12 for each itein required. 13 N. Request for Infor�nation (RFI} 14 1. Contractar Request for additional information 15 a, Clarificatiozl or interpretation of the contract docu���e��ts 16 b. When the Contractor believes tl�ere is a conflict between Cantract Docu�nents 17 c. Wl�ez1 the Coz�tractor believes ti�ere is a cozz�iict between the Dz•awings and 18 Specifications X9 1} �de��tify tl�e caz�flict az�d request clarzfication 20 2. Sufficient infarmation shall be attached to �eniiit a written response witl�out further 21 information. 22 23 24 25 26 1.S SUBII�ITTTALS (NOT USED] 27 1.6 ACT�ON SUBMTTTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CL�SEOUT SUBMITTALS [NOT USED] 29 1.$ �17AINTENANCE �1'�ATERIAL SUSM�TTALS [NOT USED] 30 1.9 QUALITY ASSURANC� [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDI'I`IONS �NOT USED] 33 �.12 ��ARR.ANTY [1�TOT USED] CITY OF PORT 1��ORTH Keller ISD - Parkviei+� Elementary School STANDARC7 CONSTRT7CTlON SPECI�'TCATIbN DQCUIv1ENT5 — b�VELOP�R A��ARD�b PROIECTS CPN 103157 Rev€sed August 30, 2013 ai 33 00 - s DAP SUBN3fTTALS Page 8 of S 2 0 PART 2 — PRODUCTS [NOT US�D] PART 3 - EXECUTION [N�T USED] 7 END OF' SECTION Revision Log DATE I`TAME SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.4.K.8. Wnrking Jaays modified to Galendar ]]ays CI'fY OF FORT 1TJORTIi Kelier ISD - Par&viery �'lementmy Scf�ool STAI`'DAR17 CQNSTRiJCTION SPCC[FICAT30N DOCUMENTS — DE���LOP�It A�G'ARDB� Pit07ECTS CPAI 103157 Revised August 30, 2013 Ol 45 23 - 1 DAP TESTING AND [NSPECT]ON SERVICES Page 1 of 2 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY 5 G 7 8 9 10 li 12 1.2 13 14 15 lb 17 18 19 20 21 22 23 24 SECT�4N 0� 45 23 TESTING AND 1NSPECTION SERVICES A. Sectioi� Includes: 1. Testing and inspection services procedures and coordination B, Deviatia��s fro�n ihis Cily of Fort Warth Standard Specifcation l. None. C. Related Speciiication Sectians include, but are not necessarily liinited ta: 1. Division 0-- Bidding Requiren�ents, Contract Forins a��d Conditions of the Contract Z, lli�ision 1 — {;e�ezal .ftequirements PRICE AI\TD PAYMENT PROCEDUR�S A. Measurement and Fayment 1. Work associated with this Itein is cansidered suUsidiary to the various Items bid. Na separate payment will be alIowed for thzs Itezxa. a. Contractor is responsible for perfonning, coordinating, and pay�nent of all QualiEy ConErol testing. b. City is responsible for perfoa�ning and payment for first set of Quality Assuranc� t�stiz�g. 1) If il�e first Quality Assurance test perfonned by the Ci�r fails, ti�e Contractor zs responsible far payment of subsequent Quality Assurance iesting ut�til a passing test occurs. a) Fiiaal acceptance will not be issued by City until all required payments for #esting by Cont�•actor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUTREMENTS 27 28 29 3Q 31 32 33 34 35 36 37 38 34 40 A. Testing 1. Coinplete testing in accardance witl� tlae Contract Dacuments. 2. Coordination a. When testing is required ia be perfonned by the City, notify City, suificiently in acivance, when testing is needed. b. W�xe�� testing is requi��ed to be con�pleted by �he Contractor, notify City, sufficiently in ad�a��ce, ti�at testing will be perfo�'�ned. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm de��elopment of Project directory for el�etranic sul�mittals ta be txploaded to City's Buzzsaw site, or ano�lser fonn of distribution app�-oved by the City. CITY OF FpRT R'ORTH Keller ISD - PaF•kvieiv Elet�renlary School s�raNVAru� co�s�•xuc���aN sE��:c�FlcA�r�o�v DocuMEN�rs - Dsv��.a�a� AwAz�n��a ��a��crs CPN � D3157 Revised August 30, 2013 Ol 45 23 - 2 �AP TESTING ANd 1N5P�CTIpN SERVICES Pa�c 2 ot� 2 1 2 3 4 S b 7 $ 9 10 11 12 13 14 1) Upload test reports to designated project directozy aiad z�otify appropriate City represe�itatives via email of suUmittal posting. 2} Hard Copies a} 1 copy for all subznittals submi�ted to tl�e Project Representative b. Haz'd Copy DisLribulion (if required in lieu of electronic dzst�ibution} 1) Tests perfor�ned by City a} Distribute 1 hard copy ta the Cantractax 2) Tests perfoz-�x�ed by ihe Co�itractar a) Distribute 3 hard copies to Cify's �P:roject Representative 4. �'rovide City's Project Representative ��vitl� trip tic�Cets for eac�i delivered load of Conerete or Lime matierial inciuding t�ae followi�lg information: a. Name of pit b. Date of delivery c. Material delivered 15 B. Inspection 16 1. Inspection or lack o�Finspection does not relieve tlie Contractor from obligation to T7 pez'form work in accorda�Zce with tlie Conn'act Docunlents. 18 1.5 SUBMITTALS jNOT USED] 19 1.6 ACTION SUBMITTALS/�NFORI��ATI01\TAL SUSIVIITTALS [NQT USED] 20 �.7 CLOSEOUT SUBMITTALS [NOT USEDJ 21 I.S MATNTENANCE MATERIAL SUBM�TTALS [NOT USED] 22 1.9 QUAL�TY ASSURANCE []\TOT USED] 23 1.1U DEL�VERY, STORAGE, AND I�ANDLING jNOT USED] 24 111 FIELD [SITE] COND�TYONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 2b 27 28 29 30 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revisioa Log DATE NAME SUMMARY O� CHANGE CITY OF FOR'F \'�'ORTH Keiler ISD - Pat•kvietiv Ele�neirtmy School 9TANDARD CONSTRi1C1'IOT�I SP�CIFICATIQN DOCUMEN7'S -- DE�T�LOP�It A�VAR[7�� PROJECTS CPA� 103JS7 Revised August 30, 2013 a� sa oo - i pAP T�MP�RARY FACILITEES ANO CONTROLS Yage 1 vf'4 1 2 3 PART x - GENERAL SECTION Oi 50 00 TEMPQRARY FACILITIES AND CONTROLS 4 1.I SUNIMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 I. Provide temporary facilities and controls needed for tl�e Work including, but not necessarily limited ta: a. Temporary utilities 1�. Sazlitary facilities c. Storage Sheds and Buxld�n�s d. Dust control e. Temporaiy fencing of the consEruction site B. Devia�ions froin this City o��ort Worth Standard Specification 1. None. 15 C. Related Speci�cation Sections i;iclude, but are i�at �iecessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forins and Conditions of ihe Contract 17 2. Division 1— General Rec�uirements I$ 1.2 PR[CE AND PAYMENT PROCEDURES 19 A. Measurement aaad Payment 20 1. Work associated witl� tl�is Item is considered subsidiaiy to the various Items bid. 21 No separate payrt�enf ��+ill be allowed for this Ztent. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRAT�VE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Temporary t7tilities 1. O�taining Temparary Service a. Make arrangernents ��it11 utility service compatzies for tempoxa�y sen7ices. b. Abide by rules and regulatia��s of utility service companies or authorities having jurisdiction. c. Be respoi7sible for utility servic� costs until Work is approved far Fit�al Acceptance. 1) Included are fuel, power, ligl�t, l�eat and other utility services necessazy £or executio��, completio�z, testing and initial operatian of Work. 2. Water a. Contractor to provide water requi�'ed far and in com7ection «rith Wark to Ue performed and fo�- specified tests of piping, equipznent, devices or other use as required for the coampletion of the Work. b. Pravide ai�d �naintain adequate supply of potaUle water %r doinestic coi3sumption by Contractor personnel and City's I'roject Repres�ntatives. c. Coordination 1} Contaci City 1 week before water for construction is desi��ed CITY pF FORT �VORTf-� Keiler ISD - Parkvieiv �'!e»:er�imy School STA?�iDATtb CdNSTf�IiCTION SPECIFICATIOI�! BOCUMENTS — DEVELOPER A1��ARD�D PRpTECTS CPN 103157 Revised NLY 1, 20E 1 ai so ao - z dAP TEMPpRARY FACILITIES AND CONTRDLS Page 2 of 4 1 2 3 4 5 6 7 $ 9 d. Cont�actar Payn�e��t for Canstruction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. Electricity and Lighting a. Pro�Tide aild pay �or electric po�Wered service as required for ��ork, including testing of 1�L�ork. Provide �owe�' for lighting, operation of equiprnent, or ather use. b. Elect�-ic power service includes temparary pawez• se��vice or• generator to maintain operations during sc��eduled shutdown. 10 4. Telephone 11 a. Provide einergency telephone service at Site for use by Cont�actor personnel 12 and others perfot-�ning work or Ft�rnishi�3g services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide Yezt��.porary heat as necessary for protection or completion of Wor�C. I S �. Provide te�nparaiy l�eat and �entilation to assure safe worki��g conditions. 16 17 18 19 20 21 22 23 2� 25 26 27 28 29 30 3� 32 33 34 35 36 37 38 39 40 41 42 43 44 45 B. Sanitary Facilities 1. Provide and maintain sanitaiy facilities for persons on Site. a. Comply urith regulatioils of State and local depa�-�x�ents af ISealth. 2. Enfaz'ce use of sanitary facilities Uy construction personnel at job site. a. Enclase aiid ancl�ar sanitary faciIities. b. No discharge will be allowed from these facilities. c. Collect and stare sewage and waste so as ��ot to caus� i�uisaa�ce or health problem. d. Haul sev��age at�d v��aste alff site at na less tl�an �i�eekly intenrals a�id properly dispose in accordance witli applicable regulatio�i. 3. Locate facilifies near Work Site and keep clean and maintained throughout Project. 4. Remove faciIities at campletion of Project C. Storage Sheds and Buildings 1. P�•avide adEquately zrentilated, watertight, weatherproof storage facilities witl� floaz' above ground level for matez'iais and equip�ner�t susceptible to weather datnage. 2. Siorage of rnaterials not susceptible to weather da�nage may be oa� blocks off ground. 3. Store materials in a neat and orde�•ly nnannez'. a. Place inaterials and equipineni !o per�niE easy access for identif catian, inspection and inventory. 4. Ec�uip building witl� lockable doors and lighti��g, and prn�ide elecka'ical service for equipment space l�eaters a�id �seating or ventiIation as necessary to provide storage enviranments acceptable to specified manufacturers. S. Pill ar�d grade site for te�nporary stiuctures to provide drainage away fram temporary and existz��g buildings. 6. Remove building fion� site prior to Final Acceptaz�ce. D. Temporary Fencing I. Provide and inaintain for the duratio�i or construction whe�i required in contracf docu�nents E. Dust Control C3TY OF FORT WQRTI-I Keller fSD - Pm�kview L'lementar7� ScTrool STANDARD CONSTitUCTIO�I SP�CIPICATIOiv� DOCUA4�I�T8 — DEVELOP�R A��I�ARDED PRbJECTS CPN 1 D3157 Rcviscd JL3T,Y 1, 2011 _ _ _ _.. - -- - _ _ oi sooa-3 pAP 7EMPORARY FACILITIES ANd CONTRQLS Page 3 of 9 L 2 3 4 5 6 7 8 9 �a I1 I2 13 14 15 is 17 18 19 20 21 22 23 24 25 26 27 2$ 29 3a 31 32 33 34 1. Coilh•actor is responsible for ���aintainiz�g dust control through the duration of tl7e proj ect. a. Conh•actoz• �•eznaixas on-call at all tirnes b. Must respond in a timely manner F. Tetnpoz'ary Protectian of Constructioi� 1. Cont�actar or subcaza�actors are responsible for protec�ing Work from damage due to weather. 1.5 SUBA'nTTALS [NOT USED] 1.G ACTIQN SUBM�TTALS/INFORII'rATIONAL SUBMITTAL3 [i\TOT USE�] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENAI\CE VIATERIAL SITSMITTALS [1lTOT USED] 1.9 QUALITY ASS[TRANCE [1\TOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 I+�ELD [SITE] CONDITYONS [NOT USEDj 1.12 WARRAllTTY [NOT USED� PART 2 - PRODUCTS (NOT USED] PART 3 - EXECUTION [NOT USEDJ 3.1 I1�TSTALLERS [NOT USED] 3.2 EXAMINATION (NOT USED] 3.3 PREPARATION [NOT USED] 3.4 IllTSTALLATION A. Tem�porary Facilities I. Maiiitain all tenapoz•ary facilities for duration of cons�ructian acti�ities as needed. 3.5 [REPAIR] I [RESTORATION] 3.6 RE-YNSTALLATION 3.7 FIELD (o�] STTE QUALITY CONTROL [l\TOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USEDj 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT 1��OEtTH Keller ]S[7 - Parkview Eleu�entaiy 3choo! STANDARD CONSTRUCTION SPEC[FICATIOI+� DOClJ3vCBI��TS — DEVELOPER A���AItD�D PRflIECTS CPN 103157 Revised 7ULY 1, 2Q1 I _ __ _...... - - - - -- __ o� saoo-� DAP iEMPORARY FACILIiIES AN� CONTROLS Page 4 vf 4 I 1. Reinove all teinporaiy faciIities and restore area after completion of t�e Work, 2 to a conditian equal ta or �etter than prior to start of Work. 3.12 PROTECTION [NOT USED] � 3.13 MAINTEnYA1�TCE [NOT IJSEUj G 7 3.14 ATTACHMENTS [n�OT US�D] El\zD OF SECTIQI\T Revision Log DATE NAME �UMMARY OF CHANG� CITY OF FORT VVORTfi Keller TSD - Parkvicnv Elernerrtmy Sekool STAn�DARD CONSTE2iiCTION �PECT�'tCAT]ON 1]�CUMENTS — DEVELOI'ER A1VAR1aE17 PR07ECT5 CPAi 103I57 Rcvised JULY l, 20i 1 Ol 55 2b - I DAP STREET U5E P�RMIT ANb M�bl�'IGAT]QN5 7b TRAFFIC GONTRDL �'agc 1 of :i � 2 SECTiON 0� 55 26 STREET U�E PERMIT AND MODI�ICATIONS TO TRA�`�'TC CONTROL 3 PART � - GENERAL 4 1.1 SU1I�MARY 5 A. Sectian Includes: b I. Administrative procedures for: 7 a. Street Use Permit $ b. Modification of appro�ed traffic control 9 c. Removal oi Street Signs 10 B. Devzations fi'om this City of Fort V��orth Standard Specification 11 1. Naiie. 12 C. Related Speci%cation Sections include, but are z�ot �aecessarily limited to: 13 1. Division 0�- Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 I3 — Traffc Control 16 1.2 PRICE AI�D PAYMENT PROCEDURE� � 7 A. Measureinent and Payinent I S' i. Wark associated v��iih thzs Item is eonsidered subsidiaiy �o the various Iteins bid. 19 No separate p�yment t��ill Ue al1oE��ed for this Item. 20 1.3 R.EFERENCES 21 A. Reference Standards 22 I. Reference standards cited in tl�is specification refer to tlie c�urent r�fere��ce standard 23 pu�Iished at the time of the lafest re�ision date logged at the end of this 24 specification, ui�less a date is speci�cally cited. 25 2. Texas Manual on Uniform Traffic Contral Devices (TMT_TTCD). 2b l.4 ADMINISTRATIVE REQUIRERZENTS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Traffic Con�-ol 1. Ge�ieral a. When t�-affic control pla�is are included ii1 tl�e Drawings, provide Tra��c Contzol in accordance with Drawings and Section 34 71 13. b. Wlle�i traffic control plans are not included ir� t1�e Drawings, prepare traffic enntrol plans in accordance witll Section 34 71 13 and submit to City for review. Ij Allow �i�i�iimu�n 10 working days for review of proposed Traffic Cant�•al. B. Street Use Permit 1. Prior #o installation af Taraf�c ControI, a City Street Use Pernzit is required. a. To obtain St�-eet Use Permit, subinit Traffic Control PIans to City Transpartatia�� a�td Public Works Department. CITY OF FORT 1�'�RTI1 Keller ]SD - Pai Icview Eletneittaty Schaa! STANDA[tD CONSTRUCTiON SPEC[PICATIOId DOCUM�NTS —17EVELOPER A�VARI]ED PROJ�CTS CPAT 103157 Revised ]uly 1, 2011 01552b-2 DAP STREET USE PERNiIT AN€7 MOp1�ECA7IQNS 70 TRAFFIC CON7RaL Pa�e 2 of 3 � 2 3 4 1} Ailow a minimum of 5 working days for pennit review. 2} Contractoi's responsibility to coordinate re�iew o�Tra��c Control pla�s for Sireet Use Permit, such that construction is nat delayed. 5 C. Modification to Ap�roved Traffic Control 6 1. Prior to installatian traffic caut�al: 7 a. Subn�i� revised tra£�c control plans to City Departinent Transportation and 8 �'ublic Rrorks Department. 9 1) Re`�ise Traffic Control plans in accordance witls Section 34 71 I3. 10 2) Allow ininimum 5 working days fo�• re�iew of revised Tz'affic Control. 11 3) It is tt�e Contractar's res�onsibiiity to coordinate revieu� of Traffic Conirol 12 plans far Street Use Pennit, sucl� tlaat co��st�•�ction is not delayed. 13 D. Removal oi Street Sign 14 1. If it is detez-tz�i��ed t1�at a street sig�� in��st be re�noved %r covst�vctiaii, tl�en co��tact 15 City Transportation and Public Warks Depa���xzez�t, Signs and Markings Division to 1 b rez�ove tl�e sign. 17 18 19 20 21 22 23 24 25 26 E. Tetnpora�y Signage 1. In the case ofregulatory signs, replace pearmaneni sign wiiFi temporary sign meeting z�equire���ez�ts of the iatest edition of the Texas Manual on Unifonn Traffic Control Devices (MLTTCD). 2. TnstalI temporary sign be�are the remaval of permanent sign. 3. When co�as�z•uctio�i is camplete, to the extent that tl�e pennanent sig�� can be reiilstalled, contact the City Trailsportation at�d Public Works Department, Sigi�s and Markings Divisian, to a-einstall the permanent sign. F. Traffic Control 5tandatds 1. Traffc Control Sta��dards car� be found on tl�e City's Buzzsav�l website. 27 1.5 SUSNITTTALS [NOT USED] 28 1.5 ACT��N SUBMITTALS/YNI+ORMATIONAL SUBMITTALS [NOT US�Dj 29 1.7 CLOSEOUT SUBI���TTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 31 32 33 3� 35 3b 37 38 1.9 QUALITY ASSURANC� [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDL�NG [N4T USEDI 1.11 F�ELD [SITEj CONDITIONS [NOT US�D� 1.12 WAit12ANTY [NOT US�D] PART 2 - PRQDUCTS [N�T USED] PART 3 - EXECUTION [NOT USED] END �� SECTI4N CITY OF FORT A�ORTI-I Ke]]er ISD - Parkview .Ele�rze�Tta�v Schoal STANDARD CONSTRUCTI�N SPECIFICATIOIV DOCUIvIE3��T5 — DEVELOPER A��IrAEtT]�b YROl�CT'S CPAr 1 p3157 Rcviscd 1u[y i, 2011 015526-3 DAP STREET USE PERNtIT A�€b MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE G[TY OF FpRT 1�jORTI.i Keller iSD - Pm�kview Ele�nerita�y Scl:ool STAI�TDARb CbNSTRUCTIpN SPEC[FICATION DQCi3IvI�3�TS — DEVELOPER A��rARb�D PROJ�CTS CPN 103157 Revised Ju[y 1,20[1 015713-I DAP STORM WATER PdLLUTION PREV�NTION Page 1 of 3 l 2 3 PARTI-GENERAL 4 5 6 7 8 9 10 11 12 13 1.1 SIIMMARY SECTION Dl 5"� 13 STORM ��ATER POLLiJTIQN PREVENT�4N A. Section Includes: 1. Pf-ocedures for S%onn Water Pollution Prevention Plans B. Deviatiot�s froz� this City af Fort Vtrorth Sta��dard Specificatio�� 1. None. C. Relaied Specification Sections include, but are n4t zaecessarily limited to: l. Divisio�� 0-- Bidding Requirements, Contract For�ns and Canditions af the Conn•act 2. Divisioi� 1— General Requirements 3. Sectian 31 25 00 — Erasion and Sedirnent Cantrol 14 1.2 PRICE AND PAYMENT PR�CEDURES 15 I6 17 18 19 20 A. Measuremet�t and Payment 1. Construction Activifies resulting iil less than 1 acre a� disturbance A. Wark assaciated with this Ttem is cansidered subsidiary to the various Items bid. Na separate payinent will be allowed �ar this Item. 2. Co�astruction ActivitiEs r�sulti��g in greate�- tl�an 1 acre of disturbance Measuremeiit and Payn�eiit sl�alt be iy� acco�'dance witl� Section 31 25 00. 21 1.3 REFERENCES 22 23 24 zs 26 27 28 29 30 3I 32 33 A. Abbreviatians and Acronyms 1. Notice of Intent: NOI 2. Notice of Tennination: N4T 3. Storm Water Pollutian Prevention Plan: SWPPP 4. Texas Cammission on Environmental Quality: TCEQ 5. Notice af Change; NQC A. Reference Sta�ldards 1. Re�erenee standards cited in this Specification refer to tl�e current reference standard published at tlie time of the latest revisioa� date logged at the end af this Specificatia�, unless a date is specifically cited. 2. ���te�rated Storm Manageinent {iSWM) Tectmical Manual for Construction Controls 34 ].4 ADAZINISTRATIVE REQUIREMEl\TTS 35 36 37 38 A. General l. Cont�'actor is responsible for resolution and �ayment of any fines issf�ed associated with compliance to Starinwaf:er �'ollution Preventio�i Pia�s. C1TY OF FDRT 1��OR'�'H Keller 15D - Pal�kviesv Elemenlary Scltoo! STANI}AlZD COI+iSTRUCTiON SPECIFICATION DOCUMENTS — DEV�LOPER AWARD�D PROJ�CTS CPN 103157 Revised July 1, 2U11 oz s� z�-2 �l1P STORM WATER POLLUTIOiV PREVENTION Pagc 2 of 3 B. Constiliction Activities resuIting in: 2 3 4 5 6 7 8 9 �a il 12 13 14 15 16 17 18 19 �o 2� 22 23 24 25 26 27 28 za 30 31 32 33 34 35 36 37 38 39 1. Less than 1 acz•e of disturUance a. Provide erosion and sedime��t contral in accordance with Section 31 25 00 and I�r�wings 2. 1 to less than 5 acres of disturba��ce a. Texas Pollutant Discl�arge Eliminatio�i System (TPDES} General Construction Per-mit is required b. Complete S'17VPPP in accordance with TCEQ require�nents l) TCEQ Smail Canstrucfio�a Site Notice Requiz�ed under gez�eral permit T�i s0000 a} Sign and post at job szte U) Prior ta P�-ecanstruction Meeting, send 1 copy to City Department of T�•ans�oz-tation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosian a��d sedin�ent control in accordance witli: a) Section 3I 25 00 b) The Dxawi��gs c) TXR150000 General Per�nit a) s�u��P e) TCEQ requirements 3. 5 acres or more oi Disturhance a. Texas Pollutant Discharge Elinvr�atioia Syste��� {T�DES) Ge��eraI Construction Permit is required U. Cainplete BViTPPP in accardaz�ce with TCEQ requirenaents 1} Prepare a TCEQ NOI farm and sub�nit #a TCEQ along v�ritl� required fee a) Sigii and past at job site b} Send copy to City Departmeiit of Tra»sportation and Public V��orks, Environmental Division, {817j 392�6088. 2) 'TCEQ Notice of Change required if makiiig cllanges or u�dates ta NOI 3) P�•ovide erosion and sediment car�troI in accordance with: a} Section 31 25 00 b} Tl�e Drawings c} TXR150000 General Permit d) SWPPP e} TCEQ requireinents 4) Once the project l�as been completed and all the cIoseout requirements of TCEQ 1»ve been inet a TCEQ Notice of Tei�ninatior� can be submitted. a) Send copy to City Department of Transportation aEld Public ��orks, E��vironmental Di�risian, (817} 392-6Q88. 40 1.5 �I]BMITTALS 41 42 43 44 45 46 47 . . �� A. SWPPP Submit in accordance «rith Section O 1 33 00, except as stated herei��. a. Prior to the Preconstructio�� Meetixlg, submit a draft copy of SWPP�' to the City as follows: 1} 1 copy to the City Project Manager a) City F'roject Manager wi11 faiv�ard to the City Department af Transpo��tation and �'ublic Works, En�ironi�iental Di��ision for revie��r CITY OF FORT WORTH Keller TSD - Pailrniew �(emenlary School STAI�ti7ARb CdNSTRIJCTIO\ SP�CIFICATIpN DpGUMH3VTS - DCVELO['Elt AWARDCD PROJECTS CPN 103I5? Revised July 1, 2011 01 57 [3 - 3 DAP STORM WATER POi.LIJTION PR�VENTION Pa�e 3 of 3 � 2 3 4 5 G 7 $ 9 �a I� 12 13 14 B. Modified SWPPP l.. If tl�e S'I�VPPP is revised during constructian, resubmit niodified SWPPP to the City in accardance v��itla Section Ol 33 00. 1.6 ACTION SUBMITTALS/INTORl1'IATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBIl�ITTALS [nTOT USED] 1.$ MA�NTENAIl�CE MATERIAL SUBVIITTALS [1�TOT USED] I.9 QUALITY ASSURANCE [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDLING jNOT USED] L1I FIELD [SITE] CQNDITIQI\TS [N4T USED] 1.12 WARRANTY [1�70T USED� PART 2 - -PRODUCTS [NO�' CISEDJ PART 3 - EXECUTIO]!T [NOT USED] END O� S�CT�4N Revisioi� Log DAT� NAME SUMMARY OF CHANGE �S CITY OF FORT 1t'ORTH Keller ISD - Pm•kvie�v Eleu:e�tta�y School STANDARD CONSTRUCTIOA' SP�CIFICATION DOCUMENTS -- BEVELO�'�R A�tIARDED PROTEC7'S CPAr 103157 Etcvised Iuly 1, 2011 Oi 60 00 - 1 DAP ARO�UCT REQUIREMENTS Page 1 of 2 1 2 3 4 5 b 7 $ 9 10 11 12 13 14 15 16 17 18 i9 2Q 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 sECT�oN ox �o ao PRODUCT REQUIREMENT5 PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References far Product Requireinents and City Standard Products List B. Deviatiazas �ro�n this City of Fort Warth Standard Specificatian l. Nane. C. Related Specification Sections include, but are nat necessarily li�nited to: 1. Diz�ision 0� Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division � — General Requizenne��ts I.2 PRICE AND PAYMENT PRQCEDURES [N�T USED] T.3 R�FERENCES [NOT USED] 1.4 ADMYNTSTRATI�rE REQUIREMEI�TTS A. A list of City approved producis for use is Iocated on Buzzsaw as follows: 1. Resources102 - Co��structioza DocwnentslStazzdard Products List B. Only products specifically included on City's Standard Product List in these Cat�tract Docu�i�ei�ts sl�all �e allowed for use on il�e Project. i. A�iy suUsequea�tly apparoved products v��iil only be a�lowed for use upon specific approval by tlle City. C. Any speciiic product requirements in the Contract Documents supersede similar products included on the City's Staiidard Prodttct List. The City reserves the right to not allow products to be �sed for certain projects even tl�augl� the product is Iisted oi1 tt�e City's Standard Product List. D. Altl�ough a specific product is included on City's Standard Product List, not all praducls from that maiiufacturer are approved for use, including but not limited to, t�iat lnanufacturer's sta�adard praduct. E. S�e Section D1 33 DO fo�� subznittal z•equireznents of Product Data included nn City's Standard Product Lis#. 1.S SUB11'I�TTALS [NOT USED] � .6 ACTI4N SUBMITTALS/iN�'ORII�ATIONAL SUSMITTALS [NOT USED] 1.7 CLQS�OUT SUBMITTALS [NOT USED] 1.8 A�AINTENANCE MATER.IAL SU$M�TTALS [NOT USED] 1.� QUALiTy AssuRa�TCE [N4T USEDj C1TY pF FOIiT 1�lTOR7'I-[ Keller I5D - Par•kvietiv Elementat•v Scliool STANDARD CO�ISTRUCTlO�i SE'�CIFiGATIQN DOCUMENTS — DEVELOP�R AVI'ARDGD PRp7�CTS CPAr 103157 EZevised April 7, 2Q14 01 �000-z nA� p�nnu�Y ��c�t���Fn�F�v�� Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITI01\;S [NOT USED] 1.T2 WARR.ANTY [l\TOT USED] 4 PART 2- PRODUCTS [NOT USEDj PART 3 - EXECUTION [NOT USED] � 7 END OF SECTION Revision Log DATE NAM� SUMMARY OF CHEINGE I0/12/12 D. Johnson Madified Lacation of City's Standard Product List 4/7/2014 M.Domenech IZevised far 17AP application CTTY OF FORT 1�JORTII Keller 1SD - Pa�•kview Ele�nerrta�y School STANDARI3 CDNSTRUCTION SPECIFICATION €70CUMEi �1'S — DEVELOYER A��'ARD�D PROJ�CTS CPN 103157 Rcvised Apr117, 201A ai 6� oo - � DAP PRO�UCT S�ORAGE AND HANDLING REQUIREMENTS Page 1 oF4 1 2 3 4 5 6 7 8 9 10 11 1� 13 14 15 I6 17 I$ 19 20 2� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 SECTION 01 66 00 PRODUCT ST(�RAGE AND HANDLiNG REQUIREMENTS PART T - GENERAL i 6�Y11►� tSI:�-t7T1 A. Section Includes: 1. Scheduling of product deli�e�y 2. Packaging of p�•oducts for delir�ery 3. Protection of products against damage from: a. Handling b. Exposure to eleinei�ts ar harsh environme��ts B. Deviations from this City of Fort VLrorth Standard Specification 1. None. C. Related Specification Sectioaas iz�clude, b�it are noi necessarily li�nited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of tl�e Contract 2. Division I— GeneraI Rec�uirements L2 PRICE AND PAYMENT PROCEDURES A. Measure�aaent aaad Payza�exak 1. Work associated with this Itein is considered subsidiary to the various Items bid. No separate paymei�t will be allowed for this Itexn. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [1\TOT USED] 1.6 ACTION SUBMITTALSIII�T�OR117ATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USEDj 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] l .l0 DELIVERY AND HANDLINC A. Delivezy Requzx•en�ents l. 5cl�edule delivery of products or equipment as required ta allow timely installation and ta avoid prolon;ed storage. 2. Pravide apprapriate personnel aud equipinent to receive deliveries. 3. Delivery trucks will not be perniitted to wait extended periods of tinie oi� the Site for pers�nnel or ec�uipment to receive the delivery. C1TY OF �ORT 1�rORTII Keller ]SD - Parkvieiv Elemeiitary Sclraol STANDARD CONSTRUCTION SP�CIPICATIOIV DOCUM�NTS -- D�V�i3OPER AWARDED PROJ�CTS CPN 1�3157 Rcviscd April 7, 261 Q ai ��oo-z. DAP PROQUCT S�'ORAGE AND HAN�LING REQUIRENiENTS Page 2 of4 1 4. Deliver products or equipinent in inanufacturer's original unbr•oken cartons or other 2 co�itainers designed and cansfructed to proiect tlie contents fi'om physical or 3 environinental damage. 4 5. Glearly and fully ��ark and identify as to �nanuiacturer, item and instaliafion 5 locatian. 0 7 6. Provide inanuiacturer's inst��zctions for storage and handling. B. Haz�dli��b Requireaaaents 1. HandIe products or equipinent ii� accoz'da��ce with these Contract Docuznents a��d manuiacturer's recommendations and instructions. 10 11 12 C. Storage Rec�uirea�nents 1. 5tore materials in accordance with nnan�facturez's recam�nez�datians a��d requirements oithese Speciiica�iQns. 13 2. Make necessa�•y pxovisions for safe storage of materials and equipment. 14 a. Piacc laose soil matcrials and matcrials to bc incor�oratcd ii3to �jork to prcvcnt ] 5 da�age to any part of Work or existing facilities and to jnaintain free access at 16 all times to all parts of R�ork a�id to utility s�rvice company installations in ]. "� vicinity af 1A�ork. 18 3. Kee� materials and equipinent neatly and co��apactly stored i�a locatioz�s fl�at t�iIl 19 cause minimum incanvenience to other contractors, public t��avel, adjoining owtiers, 20 tenants and accupants. 21 a. Anange storage to provide easy access for inspection. 22 23 24 25 26 27 2$ 29 4, Restrict stoxage to ax•eas available on coi�struction site for storage of �naterial and equipn�en# as s13oti�rn on Dral��ings, or appro�red b}T City's Project Representati��e. 5. Provide off site storage and protection v��lien on-site starage is not adequate. a. Provide addresses of and access to off site storage Iocations for inspection by City's Praject Representative. 6. Do i�ot use lawils, grass plots or othex prir�ate property for storage purposes without wri#ten permission of owne�- or other person in possession or control of preinises. 7. Store ia� manuiacturers' unopened containers. 30 8. Neatly, safely az�d compactly stack i�ate�•ials delivered and stored along li�xe of 31 Work ta avaid inconvenience and damage ta property owners and general public 32 and maintain at least 3 feet £rom �re hydrant. 33 9. Keep public and private driveways and street crossings apen. 34 3S 36 37 3$ 10. Rel�air or replace damaged lawns, sidewalks, streets flr othei- improveinents to satisfactio�i of City's Pz•oject Representative. a. Tatal Iength wl�ich materials may �e distributed along rotite af construction at one tir��e is 1,000 linear feet, i7nless otherwise approved i�� �vriting by City's Project Representative. CITY aF FORT «raRTI-[ Keller I3D - ParJn�ietiv Elenrentary Sclroa! STAN�ARD COn�STRUCTION SPEC[F[CATiQN DpCUMENTS - D�V�LOPER AV1rARDEp PR07�CTS CPN 103157 E�cviscd tlpail 7, 2014 ai �6 00 - s C1AP PRCiC�IlC:T STnRA[�E ANC� HAiVCII INc� RF(1111RFMENTS Pagc 3 of 4 � 2 3 4 5 6 7 S 9 10 11 12 13 14 l5 16 ]7 1$ 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAI2itANTY [NOT USED] PART 2 - PRODUCTS �1\�OT U�ED] PART 3 - EXECUTION 31 IilTSTALLERS [NOT USED] 3.2 EXAA'IINATION [NOT USED] 3.3 FREPARATION (NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPA�R / RESTORATYON [NOT [7SEDj 3.G R�-�NSTALLAT�ON [NOT US�D] 3.7 k'�ELD [o�� SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect aI1 products or equipment delivered to tf�e site prior to unloading. B. Non-Con%nning ��"ork 1. Reject alI products or equipx�ent tl�at are datnaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTiNG [NOT USED] 3.�0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [i`TQT US�Dj 3.12 PROTECTION A. Protect a11 p�-oducts or equipmeiit in accordance witl� manufacturer's written directions. B. Store products or equipment in location to avoid physical damage ta items while in storage. C. Protect equipinent fram exposure to ele�nents and keep thorougl�ly dry if rec�uired by the manufacturer. 3.13 MATNTENANCE [NOT USED] 3.14 ATTACHA'IENTS [NOT USED] END OF S�CTiON CITY OI' FORT WORT13 Keller ]Sia - Parkviem Elerne�rtaiy 5chool STANDAEtD CONSTRUGTiQi�' SPECIFICATION dOCUMENTS - DEV6LOPER A��'ARBED PROI�CTS CPN ID3157 Revised April 7, 2014 D1 GG00-4 �AP PRODl1CT STORAC7E AND HANDLING REQUiREMENTB Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domen�clz Revised far DAP applacatian CITY OF FORT WQRTf-1 Keller ISD - Parkview Elernentaiv Sc]rool STANDARD CQNSTRL)GTION SP�CIFICATION DpCUMENTS — DEV£LOPER A1�ARDED PR07�C"�S CP1V 103157 Reviscd Aprsl 7, 2014 Oi7423-1 aAP CLEANING Page 1 of4 1 2 3 4 S 6 7 S 9 10 11 12 13 14 15 �6 17 18 19 �a 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION Ol 74 23 CLEANING PART 1 - GENERAL l.l SUMMARY A. Section Includes: 1. Intennediate and final cleaning for Work not including special cleaning of closed systems speciiied elsewhere B. De�iations �roz�a tlais City of Foz�t Wo��tZ� Sta�adaz'd Specificatian l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Biciding Reql�irements, C,ontracf Forrns �nci Conciitions of klle C'onfract 2. Divisioi� 1— General Requirerr�ents 3. Section 32 92 13 — Hydro-Mulching, �eeding and Sodding 1.2 PitICE AND �AYMEn'T PROCEDURES A. Measuren�ent and Payment 1. Work assaciated with tl�is Item is considered subsidiary to the various Iteins bid. No separate �ayment will be allowed iar this Ttein. 1.3 REFERENCES [NOT USEDJ X.4 AD�1��N�STRAT�VE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and oiher contarninants disturbed by cleaz�iz�g process will not faIl o�� ��ewly painted sur�aces. 2. Schedule final cleaning upan coinpletion of Work and itnniediately prior to iinal inspection. 1.5 SUBM�TTALS �NOT USED� l.6 ACT�4N SUSM�TTALS/INFORMAT�ONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SU$MITTALS [NQT USEDj i.8 ibIAINTEnTAl�TCE MATERIAL SUBMITTALS [l\TOT USEDj I.9 QUALITY A�SURANCE [NOT USED] 1.10 STORAGE, AND AANDLING A. Storag� and Handling Aequirements 1. Stare cleanir►g prndiicts and c]eaz�i��g r�astes in co��taii3ers specifically desigt�ed for tf�ase materiais. CITY OF FORT ���ORTH Keller 1SD - Park��iew Elementary School STANDARI7 CONSTEti3CTI0I�I SP�CIFICATION DOCIJMENTS -- D�VELOPBR Ati��A[t17ED PRQJECTS CPN 1 Q3157 Revised Apr'sl 7, 2�14 01 74 23 - 2 DAP CLEANiNG Page 2 of 4 1 2 3 � 5 6 7 S 9 10 11 12 13 14 15 16 ]7 zs 19 20 21 z2 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] �.12 WARRANTY [NOT USEDJ YART 2 - YRODUC'1'S 2.1 O'V�'NER-FC)RNISHED ro�] OVL'NER-SUPPLIEDPRODUCTS [NOT USED] 2.2 11�ATERIALS A. CIeani�ag Agents 1. Ca�npa#ible with surface Ueing cleaned 2. New and uncontaminated 3. For rrianufactured surfaces a. Material recoininet�ded by inanufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALiTY CONTROL [NOT USED] PART 3 - EXECUTIQN 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USEDj 3.3 PREPARAT�ON [NOT USED] 3.4 APPL�CATION CNOT USED] 3.5 REPAIR / RESTORA.T�ON [N4T USEDj 3.6 RE-I�STALLATION [NOT USED] 3.7 FI�LD �ou] SITE QUALITY CONTROL [NOT U�ED] 3.8 SYSTEl1� STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create l�azardous conditions. 2. Canduct cIeaning and disposai operations to comply with laws and safety orders of governi��g autlaorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in stonn or sanitaiy drains or sewers. 4. Dispose of degradable debris at an approved solzd waste disposal site. 5. Dispose of nondegradable debris at an approveci solid waste disposal site or in an aitemate manner approved by Ciiy and regulatary agencies. CI7'Y pF FpR7' �WORTN Keller ISD - Parkvie�v Elementary School STANbARb CONSTRUCTION SPECIFICATIQN DpCUM�N'FS — D�VELOPER A�VARDED PRQJECTS CPN 103157 Revised April 7, 2014 01 74 23 - 3 �a� c�.�ANwr, Page 3 of4 1 2 3 4 5 6 7 8 9 1Q I1 I2 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 3b 37 38 39 40 6. Handle materials in a controlled �naiuier with as fe�� liazadlings as possible. 7. T��oroughly clea��, s��eep, wash and polish aIl ��ork and ec�uipme�jt associated with this project. 8. R�mave all signs of temporary construction and activities incid�ntal ta constructian of required permaz�ent Work. 9. If project is not cleaned to the satisfactian af tl�e City, the City reserves the right to have tl�e cleaning completed at the ex�ense of the Contractor. 10. Da i�at Uurn oz�-site. B. Intennediate Cleaning during Construction 1. Keep 'Vtrork areas cIeaii so as no� to hinder health, safety or convenience of persannel in existing �acility operations. 2. At maximum ��eekly inteivals, dispose of waste �naterials, debris at�d rubbish. 3. Confine construction debris daiiy in sirategicalIy located container(s}: a. Cover to prevent blowing by wind �. Store debris away from construction or operational activities c. Haul fi•om site at a minimUm of once per «eek 4. Vacuum clean in#eriar areas when ready to receive finisl� painting. a. Coz�tznue vacuun� cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm e��enEs, t]�orougl�ly clean site of aIl loose or unsecu�'ed items, wl�ich znay became airborne or transported by flowing water during the stonn. C. Exteriar {Site or Right of V4Tayj Pinal Cleaning l. Remove trasl� and debr�s cantainers from site. a. Re-seed areas disturbed by lacation of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway ta remove all racks, pieces of asphalt, concrete or any atl�er object that may hinder or disrupt the flow of traffic along the road��ay. 3. Clean any interior areas including, b�t not limited to, vat�lts, manlaoies, st��uctures, junction boxes and inlets. 4. If no longer required far inai��tei�a��ce o� erosioii facilities, and upon approval by City, remove erosion control fi-o�n site. Clean szgns, lights, signals, etc. 3.�1 cLosEouT ACT�v�Tza�s ��ToT us�n� 3.12 PROTECTION [NQT USEDj 3.13 MAINTENAI`�CE [NQT USED] 3.14 ATTACHMEnTTS [1lTOT i]SED] CITX OF FORT �'IrORTI-3 Keller ISD - Parkvie�v Elementary School STAIVdARD CQNSTRUCTION SPECIFICATION DOCI3MENTS -- DEV�LOP�R AVVARD�U PI20.TEC'I'S CPN ] 03 i 57 Rcviscd April 7, 2074 017423-4 DAP CLEANING Page 4 of 4 END O� SECTION Aevisiou Lag DATE NAME SUMMAItY OF CHANGE 4/7/24t4 M.Domenech Revised for I7AP appticatio�� CITX OF FO1ZT «IOEZTI�I ICelier ISD - Par[cview �iementary Scl�ool STANDART� CbNSTRUCTION SPECIFICATION DOCl3Iv1ENTS — I]EVBLOPER Ati§�ARD�D PROJ�CTS CPN ] 03 € 57 Revised Apri17, 2014 017719-I DAP CL05EOUT REQUIREMENTS Fage [ of 3 � 2 3 4 5 6 7 $ 9 10 11 12 13 I4 I5 16 17 18 19 zo 2I 22 23 2� 25 26 SECTION U� 7719 CLOSEOUT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section InclUdes: I. Tiie procedure for closing out a contracf B. De�iaiio�ts frox�a this City of Fari Worth Standard Specificatio;i 1. None. 1.2 1.3 1.� C. Related Specification Sections include, but are nat necessarily iixnited to: l. Division 0-� Bidding Requirements, Contract Forms and Coiiditions of tl�e Co��tract l. Division 1 Gene�•al Requireznents PRICE AND PAYMEI\TT PRQCEDURES A. Measureinent and Payinent 1. Work associated with tl�is �tem is considered subsidiary to the various Items bid. No separate paynient wiIl be allowed for tk�is Item. RErERENCES [NOT IJSED] ADAZIl\TISTRATIVE R�QUIREM�I�TTS A. Guarai�tees, Bai�ds and Afi�idavits 1. No application for �nai payznent will be accepted until all guarantees, bonds, certificates, licenses and affida�its required for VL�ork ar equipment as specified are satisfactorily filed wiih the City. B. Release af Liet�s or CIaims 1. Na application for fnal payinent wilI be accepted until satisfactory evidence of z•elease of lzens 11as been submitted to tl�e City. 1.5 SUBMITTALS A. Submit all required documentatian ta City's Project Represeiltasive. CI7'Y OF FORT 14rORTf� Ke[ler TSD - Parhview Elernet�tmy Schoal STANI7ARE] COI�iSTRl1CTIbI� SP�CIFICATION DpCCJMEI��TS — D�VELOPE[i A1G'ARl]ED PROJECTS CPAr 1 �3157 Revised Apri17, 2014 017719-2 bAP C;1.05�UfJ� REQl11REMENiS Pagc 2 of 3 1 1.6 INFORMATI4NAL SUSMITTALS [NOT USED] 2 1.7 CLOSE�UT SUBMITTALS jNOT USED] 3 YA'i' 2- Y�iODUC'TS [NC}`I` USEU] 4 PART 3 - EXECUTION 5 31 II�TSTALLERS [NOT USEDj 6 3.2 EXAI1'iI��ATION [1\TOT USED] 7 3.3 PREPARATION [NOT USED] 8 9 14 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 .� 3.4 CLOSEOUT PROCEDURE A. Prioz• to requestizxg Final Inspection, submit: 1. Project Record Docu�nents in accardance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance wi�l� Section O1 78 23 B. Priar to requesting Final Ir�spection, perfom� final cleaning in accorda»ce with Section O 1 7� 23. C. FinalInspection 1. After final cIeaning, pro�ide notice to the City I'roject Represe�itative that the Work is colnpleted. a. The Ciiy will make an initial Fi��aI Inspection with the Contractor present. b. Upon campletion of this inspection, the City wili na#ify the Contractor, in writing witl�in 10 business days, oi any particulars in which this iiispectian reveals that t�ie Wark is defective or incomplete, 2. Upon receiving written notice from the Ciry, iirunediately undertake the Work required to ren�edy de�icienczes az�d co�npiete tkae ��Vark to t��e satisfaction of the City. 3. Upon completion of Vl�ork assaciated witl� the iteins listed in the City's written t�otice, infoi-�n tl�e City, that the required Work has beej� co�npleted. Upon recei�t of this notice, the City, in the presence af tlie Contractor, ��vill �nake a subsec�uent Fii1a1 Ins�ection af the project. 4. Provide all special accessories required to place eacl� itenl of equipme��t in fi�ll operatio7�. Tlaese special accessory items include, Uut are not liznited to: a. Specified spare parts b. Adequate oil and grease as required for the �rst lubrication of tt�e equipment c. Initial filI up of all clie�nicaI tanks and fiiel tai�cs d. Light bulbs e. Fuses f. Vault keys g. Haz�dwheels h. Other expendable items as required far initial start-up and operation of all equipznenf D. Noiice.of Praject Ca�iapleiioz� CITY QF FORT 1�'ORTH Keller ISD - Parkview Eler»e�t[my School S'1'AI�iI7A1ZIJ CO�S'CE�UC7'ION SPL;C1�iC;AT10N bOCUiv1ENT5 —[7L"-VEL�P�R A1VARl7L;b P]tOIEC'I'S CI'N 103157 Revised Apri[ 7, 2014 a� �� �9-3 DAP CLOSEOUT REQU3REMENTS Pagc 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactoxy, t��e City will issue a Natice of Project Completion (Green Sheet}. 3 E. 5upporting Documentatiozz 4 l. Coordinate witli Ehe City P�•oject Represen#ative to cotnplete tf�c following 5 additio�3aI forms: 6 a. �inal Payment Request 7 b. Stateanent of Co�atract Time 8 c. Affidavit of Payment and Release of Lieiis 9 d. Canse�a# of Surety to Final Payment 10 e. Pipe Report (if required} l l £ Contractor's Evaluation of City 12 g. Perfonnance �vahiation of Contractor 13 F. Let�er of �'inal Acceptance 14 1. LTpon review and acceptance of Notice of Project Co�npletion and Supporting l 5 Documentation, it� accordance with Gene�•a1 Conditians, City wil] assue Letter of 16 PinaI Acceptance and release tl�e Final Payment Aequest for payment. 17 3.5 REPAIR 1 R�ST�RAT�ON [NOT USED� 1$ 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD (oRj SITE QUALiTY CQNTRQL (1�T�T USEDj 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEAN�NG [NOT USED� 23 3.11 CLOSEOUT ACT�VITIES jNOT USED] 24 3.12 PROTECTION [NOT USEDj 25 3.13 i1�AINTEn�ANCE �NOT USED] 26 3.1� ATTACHMENTS [NOT USED] 27 2$ END OI+ SECTION Revision �.og DATE NAM� SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised foz DAP application CITY OF FORT WOEtTI�I Keller ISD - Pat-kvieiv Elernentary �cliool STANDARB CONS"TRUCTION SPECIFICATION DOCUMENTS -- dCVELOPER AWARD�D PROJ�CTS CI'N I03157 E�c��iscd April 7, 2014 Oi7823-1 FJAP OPERATION ANI? MAII�'TCNANC� DATA Pagc 1 of 5 1 2 3 PART 1 - GENERAL 4 L1 SUMMARY 5 A. Sectiou Tncludes: 6 1. P�•oduct data and related information appropriate for City's 2naintenance and 7 operation o�'products furnished under Contract S 2. Sucl� products may include, but are nat liinited ta: 9 a. Traffic ControlIers I O b. Irrigation Controllers {to be operated by �lte City) I 1 c. Butterfly Valves I2 B. De��iations fi-om this City of Fort R�ort1� Standard Spccifcation I3 I. None. 14 C. Related Speeification Sections include, but are not �iecessarily liinited to: 15 1. Division 0—Biddiilg Rec�uirements, Co��tract Forms and Conditions o�t�1e Contract 1 b 2. Division 1— General Requirements 17 1.2 PRI:CE AND PAYMENT PROCEDURES 18 19 zo 2I L3 22 1.4 23 24 25 26 1.5 A. Measu�•emerlt aild Pay�nent l. R�ark associated ��=ith this Item is considez•ed suUsidsaz}� to tl�e �t�az'ious Ite��s �id. Na separate payinent will be allowed for this Item. REFERENCES [NOT USED] AD117INISTRATIVE REQUIREMENTS A. Schedule 1. Sub�nit ma�ivals in fiiial for�n to the City witl�i�� 30 calendar days of product slsipi�lent ta t�ae project site. SUBII'fITTALS 27 A. Su�n�ittals sl�all be in accordance with Section O1 33 00. Ali submittals slaall be 28 , approved by tlie City prior to deliveiy. 29 1.G InTFORMATIONAL SUBM�TTALS 30 31 32 33 34 35 3b 37 38 39 A. Submittal Fo�•�n 1. Prepare data in fqim oi an inslructianal mar�ual for use by Ciiy personnel. 2. Fonnat a. Size: S%2 inc�ies x 11 inches b. Paper 1) 40 pound ininiim��n, white, for typed pabes 2) Holes reinforced with plastic, cloth ar metal c. T�xt: Man�afacturer's printed data, or neatly typewritten SECTION 01 78 23 OPERATION AND MAINTENANCE DATA C[TY OF' FORT WORTH kf eller iSp - Parkvie�v Elementary School STANDARD CONSTR[1CTIOh SPHC:IPICA7']ON DOCUMEN'I'S — BEVLLOI'L'R A�1'ARDIsD i'RdJECTS CPN 103157 IZcviscd April 7, 2014 01 78 23 - 2 DAP OPERA'F10I�' AN[) MAINTENANCE DATA Page 2 of 5 1 2 3 4 S 6 7 $ 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 34 35 36 3'7 38 39 �0 41 42 43 44 4S 46 47 48 d. Drawings 1} Pro�ide reinforced punched binder tab, Uind in wifli text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for eacF� separate produc#, or eac�� piece of operating equipment. 1) Provicie typed description of product, and major companent parts of equipment. 2) Provide ii�dexed tabs. f. Cover 1) Tdentify eacli vol�ime witli typed or pri��ted title "QPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Tzile of Project b} Identity of separate structure as applicable c) Tdentity of beneral subject matter covered in the manual �. Bindcrs a. Commercial qualiry 3-ring biiiders with durable aiid cleanable plastic covers b. W��en multiple binders are used, co��'elate tl�e data into related consistent graupings. 4. If available, provide an elect�'onic fon�� of the O&M Manual. B. Manual Content Neatly iypewrittei� table of coi�teiits for eaclf volume, arranged in sysie�a�atic ordea' a. Cont�actox, ��.an�e of responsible principal, address and telephone ntanber b. A list of eac�� product required to be included, indexed to content of the volume c. List, with eacl� product: 1) The name, address and telephone number of tl�e subcan�'actor or installer 2) A list of eacl� product required to be included, indexed to content of the volume 3} Ide��tify area of responsibility of each 4} Local source of supply for paris and replacement d, Tdentify each product by producf: name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Iiiclude only t}�ase sheets which are pertinent ta the specific produci. b. Annotate each sheet to: 1) Clearly identify speci�c product or part installed 2) Clearly identify data a�plicable to installation 3) Delete references to ina�plicable infoimation 3. Drawings a. Suppleinent product data with drawings as necessary to clearly illustt•ate: 1) Relations of caxa�pone��k parts af equipinent a�id sysfiems 2) Con�i-al and flow diagrams b. Goo�'dinate drawings with infonnation in i'roject Record Documenfs to assure correct illustratioi� of compleEed installation, c. Do y�ot use Project Record Dra��vings as maintenance drawings. 4. Written text, as required to supplement �roduct data %r the particular installation: a. Organize in consistent format �iider separate l�eadings for differer�t procedures. b. Pravide logical sec�uence of instructions oi eacl� procedure. CITY OF FORT R�ORTH Keller ]5D - Parkvie`v Elemenlary School S'i'ANDARD CONSTltUCTION SP�CIFICATION DOCiiIvIENTS — DEVELOPEit A�VAkE7�D PRO]ECTS CPN 103 ] 57 Revised April 7, 2014 fl17823-3 DA,P OPERATI�N AND MA[lVT�1�ANC� DATA Pagc 3 of 5 � z 3 4 5 b 5. Copy of eacl� ��arranty, boud and service contract issued a. Provide i�iformatioii sheet for City persos�iel giving: 1) Propez• procedures in event of failure 2) Insta��ces urhicl� inigl�t affect validity of warrai�ties or bonds C. Manual for Materials and Finishes 1. Submzt S copies of co�nplete n�anual in final i�onn. 7 2. Coi�tent, for architectural products, applied �naterials and �`inishes: 8 a. Manufacturez's data, giving fuIl infonnation on products 9 1) Catalog number, siz�, composition 10 2) Color and text�u-e desigr�ations 11 3) Infonnation �•equired fo�• reoz•dez•ing special manufactured products 12 b. Instructions far care and maiiltenai�ce 13 1} Manufact�ire�•'s z•eco��z�aendatzon iar types of cleaning agents and methods l� 2} Cautions agai��st cleaning agents and methods ��vhich are dehiinentai to l 5 product 16 3} Recommended schedule for cleaning and maintenance 17 3. Coxalez�t, �o�' naoistu�-e protectian and weather exposure praducfs: 18 a. Manufacturer's data, giving full infannatian on products 19 1} Applicable siandards 20 2) Cheinical compasition 21 3) Details of installation 22 b. InstrucEions for inspectioii, inaintenal�ee and reparr 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �� 45 46 47 4S D. Manual for Equipment and Systems 1. Sub�nit 3 copies of ca��iplete inanual in fii�al form. Content, fa�' each unit of equip�nent and systezz�, as appz'opriate: a. Description of u��it and co�npanent parts lj Fuilctioil, non�aa� operating cl�aracteristics and liiniting canditions 2) Per%rmance curves, enginee�-ing data and tests 3) Ca�z�plete na�xae�lclatu�'e and eom�nercial uumUer of replaceable parts b. Operating proced�res 1) Start-up, break-in, routine and narmaI operatir�g instructions 2} Regulatioi�, coiitrol, stoppi��g, shut-do�ni and emergeiicy instructions 3} Sun�mer and winter operating instructions 4} S�ecial operating insh-uctians c. Maintenance procedures 1} Routiiie operatioi�s 2} Guide to "trouble sl�ooting" 3) Disass�mbly, repair and reassezrzbly 4) Alignnsent, adjusting and checking d. Se�•viciz�g and lubz•ication scheduIe i) List of lubricanEs rec�uired e. Manufactiurer's pri��ted ope�'ating and maintenance instructions f. Description of sequence of operation by control rnanufacturer 1) Predicted Iife of parts subject to v�lear 2) Items reco�nmended to be stocked as spat'e paz�ts g. As installed control diagrams by controls tnanufacturer h. Each cantractar's coordination drawings 1) As i��stalled color coded piping diagrams CiTY OF PORT VIrORTII Reller I3D - Parkvietiv Elementary Sclsooi 3TANBARD CONSTRUCTiON SPEC[F[CATIOh ]70CUMEN'I'S — DBV�LOP�R A�I'ARDED PR03�CTS CPN l03 I 57 Revised A�ri17, 2�14 dl7$23-4 DAP OPERATIp]� AI�D MAFNTEIVANCE DATA Pa�e 4 af 5 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 1b 17 18 19 20 21 22 23 2�} 25 26 27 28 29 c. d. e. f. g• E� i. C�arts of r�alve tag numbez•s, witt� location and function of each valve j. List of original inanufacturer`s spare parts, maiiufacturer`s current prices, and recamnaended quantities to be �naintained in storage k. OEher data as required under pertinent 5ectio��s of Specifications Conteaat, far each electric az�d electronic systein, as appropriate: a. Description of system and coinponent parts 1) �UI1Ct10I1� 11011I1a1 0�]EI'7tIIlg CL1�TaCiGI'1St1CS, and Iiiniting conditions 2} Performa��ce cuives, engineering data and tests 3) Cnmplete nomenclature and cammercial number af repIaceable parts U. Circuit directories ofpanelUaards 1} Electrical sen�ice 2} Controls 3} Com�nunicatioi�s As installed colar coded wiring diagrams Operating procedures 1} Routine and normal operating instz-uctioz�s 2) Sequencesrequired 3) Speczal operatzng insh�uctions Maintenance procedures 1) Rautine operatians 2) Guide to "trouhle shooting" 3) Disassen�bly, x•epair ax�d reasser�ably 4) Adjustment and checking Maz�ufacturer's priz�ted operating ai�d inaintenance instructions List of original manufacturer's spare parts, �nanufact-urer's current prices, a��d recommended quantities to be maintained in storage OEl�er data as required uiider pertinent Sections of Specifications 4. Prepare anci include additianaI data when the need for such data becomes apparent duriiig instruc#iot� of City`s personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAi1�rTENA1`�CE MATERIAL SUBMITTALS [NOT USED] 32 1.9 33 34 35 3G 37 QUALITY ASSURANCE A. Provide operation and inaintenance data by personnel with the following criteria: 1. Trained and experienced iii �naiiatena�ace and ope�•atian of described �roducts 2. Skilled as tect�i�ical writer ta tlie extent required to cotnmunicate essenlial data 3. Skilled as draftsman campetent to prepare required drawings CTTY OF FOIZT VIrORTI�I Kelles ISD - Park�=ie�� Ele��entary Schoo] STANDARD CONSTRUCTION BPECiF[CATION DOCUMEN7'S — DEVELOPER A��rARd�d f'ROI�C'I'S CYN ]03157 Revised April 7, 2Q14 ai �s z3 - s DAP pPERATIQI` AAID MAl]�TTEIdANCE DATA Page 5 oF5 1.10 DELIVERY, STQRAGE, AND HANDLING [NOT USED] 2 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [1\TOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT US�D] C'! 7 EnTD OF SECTION Revision Log DATE 1\TAME SUMMARY O�' CHANGE $/31/2012 D. Johnsan 1.S.A.1 —€itle of section removed 41i/20I4 MDomenech Re�ised for DAI' Application : CITY QF FORi' l�'ORTH Keller ISB - Parkview Elementary Schaol 3TAI��DARD CONSTRUCTION SP�CIFICATIQN DOCLJMEIRTS — DEVELOPER A1VARi]E[J PltOJECT5 CPI� ] 03 [ 57 Reviscd April 7, 20�4 O1 78 39 - [ pAP PRO.]ECT RECORb bOCUMENTS Pagc 1 of 4 1 2 3 PARTI-GENERAL 4 1.1 SUMMARY SECTION 01 78 39 PROJECT RECORD DOCUMENTS 5 A. Sectior� IncIudes: 6 1. Work associated witl� the documenting the project and recordii�g changes ta project 7 dacu�ne�ats, includiilg: $ a. Record Drawii�gs 9 U. ��Vater Meter Service Reports 10 c. Sanitary Se���er Service Reparts 11 d. Large Waier Meter Reparts 12 B. De��iatians fron� t�1is City of Fart Vti�orth Standard Srecification 13 1. None. 14 15 I6 I7 C. Related Specificatian Sections iilclude, but are nat necessarily Iintited to: 1, Di�vision 0-- Bidding Requirements, Contract �ot7ns and Conditions of tlje Cont�act 2. Division 1— G�neral Requirements 11 PRICE AND �'AI'MENT PROCEDURES 1 S A. Measurement and �'ayment 19 1. Work associated with this Ite�aa is considered subsidiaiy ta t}�e various Ite�ns bid. 20 No separate payment will �e allowed for this Item. 2T 1.3 R�F�R�NCES �NOT USED) 22 23 1.4 ADMINISTRAT�VE REQUIREA'IEn�TS [1�70T USED] 1.5 SUSMITTALS 24 A. Prior ta subn�itting a request far Final Inspection, deliver Praject R�cord Documents to 25 City's Project Representative. 26 1.6 ACTION SUB�1'��TTALSIINFORMATIONAL SUBINITTALS [NOT USED] 27 1.7 28 I.8 29 1.9 30 3I 32 33 34 35 36 37 CLOSEQUT SiTBM�TTALS [NOT USED] MAII\TEI�ANCE MATERIAL SUS11'IZTTALS �NOT USED� QUALITY ASSURANCE A. Accuracy of Records 1. Tlaoa'ougIsfy coordinate changes witl3in the Record Documents, making adequate and proper entries an eacl� page of Speci�cations and eaci� sheet of Drawings and other pocumei�ts where such eiltry is required to si�o«� the cha��ge properly. 2. Accuracy of records shalI be sucls tl�at fuhire search for i#ems shown in the Contract Dacuments may rely reasonabIy on infa��aatio�l obtaii7ed from the approved Project Record Documents. CITY OF FORT RrORTI [ Keller ISD - Parh�view Elemenia� y ScF�ool 5TAIIDARD CQl��STRUCTIQN SPECiFICATION DOCUMENTS — DEVELOPEIZ A1i�ARb�ll f']t0]EC"I'5 CPAr 1 p3157 Rcviscd April 7, 2014 O17839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 � 2 3 4 5 $ 7 8 9 10 11 12 13 14 15 16 17 18 19 2� 2� 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 3b 37 38 3. To �acilitate accuracy of recards, n�ake entries within 24 �ours after receipt of infonnation that the change has occ�rred. 4. Provide factual information regarding all aspects of the Work, Uoth concealed and visible, ta enable futur� modificatio� of the Work to proceed ti�ithout lengthy and expe�isive site measurement, investigation and exami��ation. 1.10 STORAGE AND HANDLING A. Storage at�d Ha��dling Requireme�ats 1. Maii�iain ti�e job set of Record Docu�nenis com�letely p�•otecYed from deterioration and £i•ozn lass a�d damage until campletion of the V��ork and transfer of all recorded data to the final Project Record Dacu�nents, 2. In the event of loss of recorded data, use n�eans necessary to again secure the data to the City's approval. a. Tn such case, provide replaceinents to the standards originally reqtiired hy the Contract Docutnezats. l.11 FIELD [SITE] CONDITIONS [NOT USEDj 1.12 WARRA�TTY [nTOT USED] PART 2 - PRQDUCTS 2.1 OVVI\;ER-FURIVISHED [oa] 4WNER-SUPPLiED 1'ROD�]CTS [NOT USED] 2.2 RECORD DOCUMENTS 2.3 z.4 A. Job set I. Promptly following recei�t of tl�e Notice to Proceed, secu�•e from the City, at no charge to the Cantractor, i co�nplete set of all Docume�ts co�nprisi�ig the Cantract. B. Final Record Documents 1. At a tirne nearing the completion of tl�e VL�ork and prior ta Final Ins�ectioi�, provide the City 1 co�nplete set of all Final Record Drawiaags zz� the Contract. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] FART 3 - EXECUTION 3.1 II\TSTALLERS [NQT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [nTOT USED] 3.� NIAINTENANCE DOCUMENTS A. Maintei�ance of.�ob 5et 1. Irnn�ediately upon receipt of the jo� set, identify each of tlie Documents with the title. "RECORD DOCUMENTS - JOB SET" CTTY O� �'ORT 1�4�OKTI-3 Keller I5D - Parin�iew Lleii�e�itary ScJtao! STANDARD COn�STRUCTIO\ SP�C1�'TCA770N DOCUMEn"I'5 — DEV�LOP�R A1�ARDED PRpJECiS CPh' l03157 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD pOCUMENT5 Page 3 of q 1 2 3 4 5 6 7 8 9 10 1� 12 13 I4 1� 16 17 18 19 2� 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 2. P�eseivation a. Conside;�ing the Contract completian ti�ne, the �ro�aUle numUer of accasions upan whicli the jab set znust be taken out for i�ew entries and %r exaininatia��, and the conditians under wl�ich these activities wil[ be perfarmed, devise a suitable metl}ad far protectzt�g tlae job set. b. Do not use tl�e job set for any pulpose except entry of new data and for review by the CiEy, until start of traz�sfer of data to �nal Proj�et R�cord Docuinents. c. Maintain tlie job set at tl�e site of work. 3. Coordinatioz� �vitl� Construction Survey a. At a nlinimun� clearly mark any deviations fro�n Contract Documents associated with installation ot�ihe inii-astructure. 4. Making e�itries on Drawings a. Record any deviations from Contract Documents. b. Use an erasaUle colored penciI {not ir�k or indelible pencil), clearly describe tl�e change by graphic line and note as required. c. Date all entries. d. CaII attentioa� to the enhy by a"cloud" draw�� around tlie area or areas affected. e. In the event o� ovexlapping changes, use differ�nt calors for the overlapping cl�anges. Con�ersion of sclae�r►atic layouts a. Iii same cases on t��e Drawings, anangemenrs of conduiYs, cixcuiYs, pipiaag, ducts, a��d similar items, are showii sclieinatically and are not intei�ded to portray precise physical Iayaut. 1) Fi��al physical an-angemei�t is deternli�ied Uy tlie Contractor, subject to the City's a�proval. 2) However, design of future inodificatioi�s of the facility may require accurate iiiformation as to the final pl�ysical layout ai iteax�s whicl� are s��own only scheinatically on the Drawings. b. Sho�r on the job set of Recaz•d Drawings, by dimension accurate to within I inch, �he centerline of each j-un af items. 1) Final pl�ysical atxange�aent is determined by the Contractor, subject to the City's apprQval. 2) S�ow, by sy��bol o�� »ote, the vertical location of tl�e Iiem ("under slab", "in ceilii�g plenum", "exposed", a��d #he Iike}. 3} Make aI1 identification s��fficiently descriptive that it niay be related reliably to the S�ecifications. c. The City znay vvaive ihe requi��en�ents for couversion of schematic layouts where, in tlie City's judgment, canv�rsian serves no usefirl pt�xpose. However, do ��ot reIy upoi� waivers being issued except as specifically issued in writing by the City. B. Fi��al Project Record Documents Transfer of data to Drawings a. Carefi.�lly trans£er claange data sltiown on t�ie job set of Record Drawings io the correspoilding fina[ dacwnents, coordinating the changes as required. b. Clea�•ly indicate at each affected detail and other Drawing a fuIi description of changes made during constructioi�, and tl�e actual lacation af itetns. c. Call attention to eacl� en�iy by drawing a"cloud" aroitnd the area or areas affected. C1TY OF FORT Vl'ORTH Keller ]Si� - Pm kview Eleme�stary Sclraol STANDAEtD CO�ISTRUCTION SPECIFICATIOIV DOCUM�NTS — DEVELOI'ER AG'�lAItDED T'Rd.iEC7'S CPA� ID3157 Reviscd April 7, 2Q14 al 78 39-4 DAf f'I"20J[CT RECORD p[)CUMENTS Pagc 4 of 4 1 d. Make cl�anges neatIy, consistently and with the proper media to assure 2 iongevity and clear reproductian. 3 2. Transfez• of data to otY�ez• Docu�nents 4 a. Iitlie Docut�ents, other t��an i�rawings, ha�Te beei� kept �Iean durin� progress of 5 the Work, and if entries iherean have been orderIy to the approval of the City, 6 tl;e jab set of tl�ose Documenfs, other tl�an Dra«�ings, will he accepted as final 7 Record Docuinents. $ b. Tf any sucl� Dacument is not so approved by the City, secure a new copy of that 9 Document from the City at tlie City's usual cl�arge for reproduction and 10 handling, and carefully trans�ex t]ie change data to the new copy ta Ehe approval 1 � af the City. 12 3.S REPAIR / RESTORATIQN [NOT USED] 13 3.6 RE-TNSTALLATIOI�' [NOT USED] 14 3.7 FIELD [oRj SITE QUALITY CONTROL [NOT USED] I S 3.8 SYST�M STARTUP [NOT USED] 1 b 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANIIVG [NOT USED] 18 3.11 CLOSEOUT ACTI�jITIES [NOT US�D] 19 3.12 �ROTECTION (NOT YTSED] 20 3.13 MA�NTENANCE jNOT USEDj 21 3.14 ATTACH�iENTS [NOT USED] 22 23 24 25 END QF SECTION CITY OF EOftT �'�+ORTf 3 Keller ISD - Pai kvieiv Elemenlm}+ Scliool STANdARD CONSTRUCTIOlV BPECIFICATIOi�� DOCiJMENTS — B�VELOP�R A11�ARbEd PRQJ�CTS CPAi 1 D3I57 Revised April 7, 2�i4