Loading...
HomeMy WebLinkAboutContract 56734-PM1PROJECT MANUAL FOR THE CONSTRUCTION OF PAVING, WATER, SANITARY SEWER, STORM AND STREET LIGHTS TO SERVE MOCKINGBIRD ESTATES IPRC Record No. IPRC21-0022 City Project No. 102894 FID No. 30114-0200431-102894-E07685 X File No. 26887 Mattie Parker 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 2021 Graham Associates, Inc. CONSULTING ENGINEERS & PLANNERS 1300 Summit Avenue, Suite 419 Fort Worth, Texas 76102 TBPE FIRM F-1191/TBPLS FIRM 101538-00 11/03/2021 CSC No. 56734-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102894 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102894 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102894 Revised March 20, 2020 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102894 Revised March 20, 2020 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102894 Revised March 20, 2020 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION • • • lvlslon .. enera on ltlons L.H. LACY COMPANY LTD. ov ni n� IlAP - f3I1] PROPOSAI, Pa� I oF5 S�CTf�N 60 42 43 ❑e�eloper Awarded Prajects - PFtflPQSAL FORM [JN1T PRICE B1D Pr�ject Item [nFarmalian 8idlis[ I�em Speci�calion Llni! of Bid De�crip�ian Unit Price Sid ValL�e No. _ Section No. Measure t�uantity UAfIT I: WATER INfPROVEMENTS � 331 �.p141 6" C90fl aR 1� PVC Wat�r 33 11 1 a, 33 11 LF 12 2AE $z5.31 $6,226.26 � 3311.�2R9 8" C90� I]Ft 14 PVC Water 33 11 10, 33 11 �� _ - 12 1 ��56 $3'1.65 $318,272.4� _.. . 3 331�.fl241 8" Water Pipe, CLSM Ba�kiill 34 11 10, 3311 �� 12 5a $7'1.15 $3,557.50 -- . _ . . - 4 3317_.3d�� 5" Gat� Valve 33 12 20 �A 19 $923,17 $'17,54fl.23 - 5 33�2.3Qp3 8" �ate Vafve 33 12 2fl �A 46 $1,367.Q�4 $62,883,84 fi 3312.�dQ1 Fire Hydrant 33 'I � 4fl �A 19 $3,�1?_.04 $61,a28.76 7 33�2.7.��3 �" Romesfic WaterS�rvice 33 12 TO EA 1�2 $1,093.91 $177,213.42 _.... - -- - � 33�2.2003 �" Domestic Waler 5ervi�e {8ullhead} 33 12 10 �II B5 $i,422.64 $92,471.66 9 33 i2.2�63 'i" Water 5ervice for HgA Irrigatian 33 'i 2'f p EA 13 $'i,'127.9�3 $14,663.74 - - - 16 3313.Ut]U'1 f]uctife Iron �ittings wlK�sfaint 33 91 1'i T�N 2.3 $19,457.56 $�4,752.25 - .. .... . _ . . 11 3305.0969 Tren�h 5afeiy 33 p5 iQ LF '10357_ �0.7_2 $2,277.44 _ .... - 12 fl2�11.�9 �II Install Plug 62 41 14 EA 2 $139.75 $279.5� �3 3312.0117 Remnve Plug & Connect to �xist. 8" W.L. 33 12 25 EA 1 $944.87 $944.87 - _ . ...... __. . ._.. . .. .... - - - - - .._... -. . 1� 3312.0917 Remo�e Plug & Canne�t to Exist, '� 2" W.L. 33 'E 2 25 EA '! $1,274.fi8 �1,27� :68 15 3312.�1't7 Connect to �xisfing Water L.ine 33 i2 25 EA 2 $4,1 ia.fi6 $8,221.32 --. ........._.._.._... --._... 16 3305.iQ03 20" Gasirtig t�y flpen Cut - _ 33 �5 22. LF 59 $212.69 $i2,548;71 '17 3305.fl003 8" Waterline LQwering 33 05 12 EA 22 $1,548.81 $34,a73.82 - - - �8 32q1A�01 Asphakt Pvmf �tepair 32 01 �7 SY 1�0 $�75,0� $1T,506.0� -- .. I. ��dder's Applicativn 13idders Praposal I C1TY Ol� FUR�1' 1VOH'fH 51'AN�ARQ CONS'1"Rl1C'[IOI�f SYF.C'fYICATIUiJ UOCilivfENTS - dEVHL4PEit AIYAR�EII YROfEC75 Parm Versian Mny 22, 2QI9 $8i5,726.34 00 d2 �l3,_Bid Proposai. DAY on nx �3 nAp - 6ff] YROP�SAL Paga 2 v f 5 S�CTI�A! 00 42 43 ❑e�eloper Awarded �rojects - PR�P�SAL F�RM UN�T PRICE B!D Bidder's Appli�afi�an Projeet Item Information Fiidder',s PropQsal Bidlis[ ilem Speci�calian i]nit nf [3id Deserip�ian L1nitPriee SidVaiue No. Secti�n No. Measure Quantily IJKIT II: SANl7'ARY SEW�R IMPR�V�M�NTS 1 3301.Oa�2 Posf-CC'iV lnspe�tion 33 a� 3i LF 8R65 $1.35 $�8,591.4� _. . 2 33Ui.i]'f0 i fuianhole Va�uum Testing 33 01 30 EA 36 $10T,50 $3,t370.aQ 3 33a5.01�6 Manhofe Adjusfinent, Majar 33 05 14 �A 2 $848.21 $1,69G.R2 - - - -... - - - -- - -.. 4 33a5.�1�7 Manhvfe Ildjusfinent, Minor 33 d5 1A CA 3 �56y,25 $1,707.75 5 33Q�i,0169 Trench Safety 33 �5 10 LF 8455 $fl.63 $5,332.95 6 3305.0116 Concrete Encasement 33 05 1� L.� 276 $45A6 $17..,43fi.56 - - - - . _ _. 7 33�5.�flU3 2U" Casing by 4p�n Cut 33 45 22 LF 2p $227.ap $4,54D.�a _ .._. .. .. .. .... . ... . . _.... _ . _. 8 3331.3101 4" 5anifary Sewer 5er�ice 33 31 5Q EA 29fl $795.5fl $234,695.�0 9 3331.41 i 5 8" 50R-26 PVC 5anitary 5ewer Pipe 33 '11 9 0, 33 31 �� 12, 33 3_1.20_ . . 7001 $32.6G $228,652.65 �i � 3331.4'i 16 8" Sewer Pipe, CS5 Backfill 33 i 1 10, 33 31 LF 420 $7G.16 $3� ,987.7_d 11 333'i.�'119 �3" L71F' Sewer F'ipe 33'11 10 �F 994 �1QT.25 $1a6,606,50 3331.5747 8" 5ewer Pipe, CLSM Badtfill 33 11 10, 33 31 �� 12, 33 31 20 �'� 50 $T2.16 $3,sos.ao � 3 3339.O�a'I Epoxy Manho�e Liner 33 39 6a VF 6D $3'17.'€3 $i9,�27.80 - ---...-- --. - .......... ,f4 3339.1��1 4' Manhole 33 39 16, 33 39 EA �6 33 $3,989.45 $� 31,851.85 - _ 3339.� 003 4' Extra �epth Manhole 33 39 10, 33 39 15 2a U� 85 $1 %4.13 $�4�8�� A5 - ... ...... .. .. --. . . .... - -- 16 9999.0001 Connect ta Exisfing Manhole Q3 SQ 00 EA 4 $1,22'I.29 $4,9�9.16 _. .... . _. . .. - - -........ - - - - -.... - - - - 70iAL LfIVIT !I: SANITARY SEW�R lMPROVEMENTS $818,'f 1d.3[} r.i�v or• r•nRT waRTti s2'nNnnxncnr�srnocTioN srEcu=icnTraxnarua,sF�rs • vLvt�aP�:2 nwnRnr:n pitorr:c'rs Corm Versivn trlxy 22, 2019 OQ4243_6id Prapnsol_�Ap 0442 •f3 f7AP - RR] P1tqPpSAL payc 3 oF5 s�criot� oa az as peveloper Awarded Proje�ts - Pf��POSAL F�RM UNIT PRICE BID Descrip[ion Pra�ect Item Inforu�alion Bidlist Item No. 1 3349.5fl0'f 'i0' Curb EnEet 2 33+19.50a2 15' Curb inlef -.... _ . _- 3 33�9.50fl3 7_a' Curb Inlet 4 9999.00a2 A-Grate Inlet _. 5 9999.a0a3 6-Grate Inlet B 3349.7001 4' prop lnlet 7 3349.70a2 5' �rap Inlet 8 33�9.7�U3 6' �rap Inlet 9 3349.O�a1 4'Junctian Rvx 1 p 3349.60a� 5� .1UflCflflil BOK 'i 9 33�i9.d{]Q3 6' Jun�tion Bax 12 3349.01D5 5-5id�d Nfanhole - - - -... . 13 3341.0?_U1 21" f�CP, Class III 14 3341.6205 24" RCP, Class If[ 15 3341,6302 3b" RGP, Class lll 16 33�41.d3[}9 36" RCP, Class III 77 3341A4fl2 42" RCf', CI�355 III -- - - 18 334 i A6fl2 60" RCP, Class I[i _ . ... .. . .. . .... .. 19 334'1.12�3 5`x5' Box Cul�erf 2p 3341.2�05 1 Q'x8' C3Dx Cui�ert --- --- 29 3341.20a3 i0'x6' Bax C�il�ert ---_.. � - - -•--. .. . 22 3341.1501 8'x4' Box Culvert 23 33fl5.fl109 7rench 5afety 24 3349.[}i01 Cansfruct Manhole Riser o�er RC8 25 3349.2011 Parallr;l Winywall �4' Box} 26 3349.'1a15 �lared Wingwall {6' Hox} 27 33fi9.2U15 ParafEel Wingwah {8` E3ox} 2�3 3349.3615 Straight Wingwa4l {6' 8ox} 29 9999.0[l��l ParaNel Wingwall {8' f3ox] 30 9939.0�05 Custom Wingwalls 31 3349.4105 24" 5afely End Treatment _ . - -- - 32 3349.i�f13 24" �lared Neadwall, 1 Pipe 33 3349.1 aD5 36" Flar�d H�adwall, 1 Pipe -- - . . 3q 3137.�'l04 M�dium Stpne Ftiprap, Dry I. - Bidder's Proposal SpeciCcalion Unit of ��� Unit PriCe Bid Value Section No. Nieasure Quanlity 33 48 2fl 33 �}9 20 33 49 26 33 +l9 2d 33 49 20 33 49 2fl 33 �i9 2a 33 49 2f} 3349 10 33 49 'f fl 33 49 1 a 33 49 1 d 33 41 1 � 33 41 1q 33 �41 ifl 33 4'{ 1 d 33 41 � 0 33�1i 1� 33 41 �� 33 4� '10 3:� �#'f 16 33 41 9 d 33 d5 1 � 33 49 �q 33 49 �i0 33 q9 4a 33 49 4d 33 �k9 4n 33 49 4� 33 49 40 33 �9 �1D 33 49 40 33 49 �0 31 37 U� Bidder's Application �A � 1 $5,697.50 $62,672.5a �A 12 $7,{J68.13 $84,817.56 EA 9 $8,7a7,5� $78,357.5� �A 2 $5,106.25 $'f0,212.5� CA 3 $fi,$8a.Q0 $20�G40.�� �A Z $4,T30.Ofl $9,46�.�0 �A 2 �6,7i8.75 $�3,437.50 �A 2 $'11,f118.75 $22,037.5fl EA 8 - $5,106.25 $�55,956.�5 �A 2 $Ei,062.5� $�6,125.Q0 -......_ ._._ - - EA 4 $9,836.2� . $39E3�5.6� EA 1 $5,697.5fl $5,697.50 L.F 1842 $5a.18 $ IQ'T,1B7.56 LF 33�11 $68.OQ $2?_7,1Bii.f][1 I_� 732 $9q.� f3 �fi6,D1 i .7B LF 296 $12G.6� $37,479.52 LF 13�i5 $1a9.41 $?..'14,4{J6.45 _.. L.F 1211 $7.95.�iE $35'I,8Q2.fl6 LF 349 �338.89 $i 1 g,7_�7._ 8'f -- - LF AQp $712.19 $2$4,87�i.a� LF 286 $674.3� $188,8fl6.8a LF 7�� $544.69 $443,�7�.fia L.F� 1a259 $0.�1a $4,167.80 EA 1 $2,150,00 $2,150.a� EA 4 $1Q,427.54 $41,7'i(}.d0 EA 1 $15,Q5[}.d� $15,056.�0 EA 7.. $84,336,OQ $128,G6d.�[] _ .. FA 1 $17,46f3.75 $17,468,'I5 EA 3 �33,OU$,33 $99,42�.99 EA 1 $27,fi8126 $27,6f31.�fi �A 1 �1,8t31.25 $'€,881.25 �A � $7,418.75 $2,418.75 EA 1 $3,fl90.G3 $3,ff8�.Fi3 5Y 27�8 $t36.6a $233,57fi.dfl ❑ CITY tlF FUlt7' IVOAT[d 57'Ah*�.Vtn CflNSTkIfCT[OP! SNECFk�fCATION PQCUMEN7"S - I]�.VELDPER A W �[tI]EI] F201�CT5 Fomti Vcrsian May ]�, 2019 s,sa 00 42 q 3_fi id Prayasal _DAP 0o a2 a3 ➢AP - 6iO PROPUSAL Payc 4 of 5 s�c�-�a� oo �z as ❑e�eloper Awarded Projects - Aft4P�SAL FOftM UNIT PRICE BI❑ 6idder's Appli�a�ion Project Item Ie�forenalipii IIidder'S Propusal Sidlisl Ilem Speci�ca�ion Uztiit of IIid � ,�n Descriplion Ser,lion No. Measure Quaniily unit l rice Eid Value UHI7 IV: �AVING IMPROVEMENTS 1 3211.0111 4" Flex Base {iype A, GR-1 } 32 11 23 5Y 229 $12.97 $2,97fl,13 2 321 �.0�1flQ Fiydrafed Lime {39 LBISYj 32 1� 29 TOIV 10g0 $162.21 $176,80�.90 -. . _ -. . 3 3211.0501 6" Lime Treatment 32 "1'i 29 5Y 4745b $Z.i4 $�7_II,'136.�0 - -- _. __. . - 4 3213.D'1 ff'i Fi" Concrete f vmt �Aileys} 32 13 13 5Y a511 $37.92 $322,7'3T.12 _ _ . ... 5 3�13.{i'f �'I 6" Concrete Pa�ement �29' B-B Seclion} 32 'i3 13 5Y 25666 $3523 $939�A�3.18 - - _. 6 3213.Q162 7" Concrete Pa�ement {37' B-B Sectic�n] 3� 'f3 13 5Y 97A1 $35.'fff $34'f,9Q9.1� _.. . - - - _..... 7 32�i3.630� 4" Con�rekc 5idewalk 32 13 2ff 5Y 27T4 $50.17 $139,171.58 - _.... - _ ... . 8 32'f 2.03Q4 Asphalt Pavemenf 32 '12 'i8 5Y 168 $ I03.35 $17,362.n0 _...... -- 9 3213.0301 Barrier �ree F2amp, iype R-1 32 13 2[] EA 3�i $1,695.99 $57,799.66 ifl 3291.01flO Tvpsoll - 32 91 19 CY 351 $93.5a $6,8A4.56 _ ... _ '11 37_9?.01flp 8locEc 5ad 32 92 13 5Y 315F $6.50 $20,51A.U� 12 3292A4�a 5eeding 32 92 13 5Y 'i2591 $6.71 $8,939,81 13 34�1 i.�106G Sfop Signs ! 5treet Name Signs 34 4'] 3a EA 23 $428,58 $9,�57.34 --.. ... _.. 14 3471.D001 Traffic Control �efaiEs 34 71 'f 3 M❑ 3 $2,333.33 $G,999.99 - . ... . 15 Concrete 5treet Header LF 2�32 $t3.G� $2,425.26 -- - _ .. - - �6 F..nd of Street i3arricade EA 1 $8�5.fl1 $895.6� _.. .... ... . -- - _. . _ -- - - ..... 7�TAt, UIVIT IV; PAVI�VG 1MPROVEMENTS $2,1a2,614.'72 CiTY OH FORT lY6RTH STANOARD CONSTRi3['Ti�NSPGCIPIC �TIUid DOL:LIMEN"i'S -i]EVELDPERA�VAft�i:l7 pitqlCCTS F�rm Versio�i Mxy 1z, 20 f 9 fl� d2 47_Bid F��pasel, OAP OU 42 43 DAP-iiR]PROPOSAL Page S of 5 SECTION 00 42 43 De�eloper Awarded Proje�ts - PRQP05Rl. FORM UN1T PRICE 61❑ Bidder's Application Projeci 3�ein In%rmation Sidde�s Propasal Bidlist ltem Qes�ription Specificalian Clnit ai Q�� �]nit Price Bid Vslue No. Sec[inn �10. Hleasure Quantity fii�l Summary UNl7 I: WATER IMPRflVEMENTS lJl�l7 II: SANITARY SEWER IMPRaVEMENTS UNIT III: RRA[NAG� IMPROV�M�NT'S lJ�ll� iV; PAVING IMPRDV�M�NTS Tnta! Consh'uclian ISid Tliis Bid is saibmitted 6y the entity named hclo�v: I3IDAi:R: L.H. E.ir}• C'umpan�, LSd, 18$[I C:ruiti n Ilr., Suilr 12011 ��Ilsis,'iti 7�23�[ Cnntractpr agrccs to com�lc[e 1V(3RIC Fnr ['INAL ACCCP7'AiVCC 5vitliin COI�lTRACT comnsences tn ruu as proti�ided in tlie Genee•nl Conditians. EY: [3o61r� C:orelou � � TITL�: I'residrnt � DA'fi: � 1 I �� � '= I I'sNB df S�C"C[UlY 86T,25R.9fi 18S �vorl�ing days after tt�c d��c wlicn tlic $875,726.34 $818,114.30 $2,990,599.60 - $2182,814.72 [:ITr or• r•par woarti STAYOARO C014S-f RL1C�l IaN SPCCIF[CA7fON llOCCIh1EiJ'1'S - �EVE.LO3'E!t A1VNtE7EC] PEtOfECTS Fon� Version Mny22, 2019 004243_6id Proposal_DM qD 45 E2 I]AY 1'I[L•'QUALfI�1CA'I"fON 5'I"A"fC1�IENT k'a};c l of l SECTI[}N 0� 45 i2 llAl'—f'F�L:QLJALIf�ICATI(]N STATEMENT Facla �3idder is re�tiired to �om��ete the infarination 6e[aw hy identi�yir�g thc prequa(ificd �ont�•acta:•s andlar suUcontractac•s wham they intend to utilice Faa� the ma�ar woi•lc typets) lisied. Tn the "Maao�• Wo��k Ty�e" hC):{ �7rnvide tEte camplete majar warlc i�pe a��d actual descriptin�i as �rn�ided l�y the Water ]]epartment for water and sewe3� and TPW for pa�in� Major Worlc Type ContractorlSubcantractai� Company Name Pc•equalificatian Lxpi��atian Date Wast�watea• New De�e[opment L.I-�. Laoy Company, Ltd. 413D122 (42" anc{ Under}; Water New Devel❑ �nent (�8" and Uiader} Concrete Constructiati 1 L.H. Lacy Campa�iy, Ltd. G13Q123 Unlirnited The u�idersigsted herehy certifies tE�at tl�e contractnrs andlor subcontractors descrihed in the table abo�e arc currently prequali�ied for thc woA-lc types listcd. BlllllEit: i ,, i�, [ .acy C,nm��any, l�tci. 1884 Crown Dr.. SLIiIL' 124Q Ilallas, TX 75234 BY: Sol�by Gor�o�} (Sigi�at� e) TT`1'L�: 1'res i clec�i 171ITE: ��.� 1,,,, t. � TN17 ClF SECTIQN CITY OF FORt WQRTH STAN�ARP C[7NSTRIJCT[ON PftEqLIALIFICATI�N STATEMENT— oEVEL�PEIi AWAROEO pR[]1EC75 Lacy 0045 22 PrequaliFiration 5tatement 7015_pAp- Fo�m Version 5eptem6er 1, 2015 00 45 26 - 1 C�NT[iACTOR C�MPLIANCE WI7'II WORKCR'S COIvIPGNSATION LAW Page 1 of I 2 3 4 5 G 7 8 9 1Q il l2 13 l �4 l5 lG 17 l8 l9 2� 21 22 23 24 2S 2G 27 28 29 3Q 3l 32 33 3� 35 36 37 38 39 �fl SECTroN oa a5 2� CON'I'ItAC,'1'�R C:C]MPLIANCE WITI� WaRI<.FR'S C�MPENSATI�N L,AW Put•suant ta Texas I.,a�ac• Code Sc�tioi144G.04G(a}, as amended, Catttractor certifies that it provides workcr's �ompensation ins�n�ance co�erage fnr all nf its employees employed on City Praject No. 1028�4. L'aritr�etnr f�n�ther certifies tliat, pursua�it to Texas Lahar Code, Seation �(]G.�9G(k�}, as amcnded, it will pravi�te to Ciiy its si�bcantractc3i's cei-titicates ��f compliance with worl�er's campens�stioti ca�erage. CQNTRACTf)R: I,.H. �ac�t�m�a}y, Ltti. Ry; Bobby Gordon Co�npany (I'lease Print} 1$8Q Ca-own 17A-„ Ste 124��_� Signatin�e: Address T�a[las, TX 75234 Title: P��eside�it CitylStatelGip (Please Pritit} T'HE STATE (]F TEXAS C�C]N"I'Y OF �I'AF�RAN�I' � � 13L1�Ok� ML: ihe u;3des•signed �iuthority, on this day persnnally a}}peared ��'j��v�r�,� �,;;������ , kraown to ine to be tlie �erson whose name is subscri}�ed to t[ie fore aing instrucn�nt, ai�d a�knowledged fo me [hat helshe executed the same as tlie act ��i1d deed af �, C;: c� � � L{ _ for thc purposas and consideration tlaereiu exp�•essed aud in the capacity thei•ei�3 stated. GIVEN LTNl7F.R MY HAND �INl7 SEnL �P flFFICE this ,�� �` day of (_.��-�vY:���.;" , 20�i ' J � + �{,��i � %�� �. / :�'R""��;. UAWNE INICHEt�E tO�LAN� Natary Public in and Cor ihe Stat of Texas =*: *_ lVly Na�arylb # 11S8a31fl '''���; £xpires August 8, 2422 END OF SECTI[]N [:I1'Y ()1= l�C][t'I' W(JIZTH 5i'ANL7AIZf] CC)1�lSi'RIIC'Tlf]N SPF.CIFIC;A'I'IC]N L7DC'11MF1�fT5 Revisetl April 2, 2p1�{ Maaking6ird �statcs 102894 UO 52 d3 - l Developer A�vardcd Project A�reemertt P�gc I of 4 2 3 4 5 b 7 8 9 sr,cTzoN oo sz a� AGREEMENT T�IIS Af�RTFMENT, aijt�ioriLed �tt ��� ��� � [s tnarlc by and %etwee�i tkie ❑e�elaper, I_W Mo�lcingbird, LLC autiiori�ed ta da business in Texas {"Ue�eloper"} , and I..H. Lacy Company, Ltci;_, �iuihori�ed tQ do business in Texas, acting by and tlu�ougl} its duly authorized rep�•esentati�e, ("Contracto��"). Dcvcloper and Cnntractor, in consideraiion of ihe m�itual co�enants kiereinafte�- set fn�-t(�, agree as Fol[ows: 10 Arficle 1. W�RI� 11 I2 33 14 ]5 16 17 t:�ntr�ctc�r shal[ c�mplete all Wark as speci�ed or indicated in the Cnntra�t Uacumeszts for the Froject identified hes�ein. Article 2. PHaJLCT 'Tl�� p�•oject �aa• wl�icti ttie Work under the Cont�•act Docu�nerits may he tlze wl�ole na- anly s p�irt is genea�al[y described as follaws: MOCKINt�f3I€�❑ L��1'ATLS CITY PR[)J ECT NO. 1 U2$94 18 Article 3. C{]NTRACT T1ML 19 3.l Ti�ne is of tl�e essence. 2� All Cime limits for Milestnnes, if any, and f�inal Accepta��e as stated in the Contract 21 Dc�cumen#s are of tlse essence to tliis CantA�act. 22 3.2 l�inal Acceptance. 23 The Work will he complete Por Final A�ceptancc witlain 185 wnrking days after the date 24 when the Coiitract Time �nmmences to run as provide�3 in Paragrapl� 12.�� of the Standard 25 Ciiy Co�i�iilioits af t€3e Cotistructiat� Contract for De�elopei' Awarded Pz'c�je�ts. 2G 3.3 Liquid�te�i damages 27 2R 2� 30 3l 32 33 34 35 36 37 Cantractar recngni�es that time is of thc essen�e of this Ilgreement and that Uevelaper will suffer financial loss if tl�e Wat�k is not completcd witfiin tli❑ times specified i�i Paragrapli 3.2 above, pli►s any extGnsion thereo�allawed in accns�ci�nce with ArticIe 10 of tize Staiacla��d �ity t:o�iciitions of the Canstr�i�tion Catitt'a�t for T]e�eln�e�� Awa;�ded Projects. '1'lie CQntraotor alsa recogni�es tkie delays, expense and ��iFfi�ulties in�ol�cd in proving iTa a[egal p��nceeding ihe actual loss suffered by tl�e TJeveloper if the Woz�k is not compieied on time, nGcording�y, instead af recluirsng atty such proof , Contractoa• agrees that as liquidated dazr�ages fo�- deiay (but not as a penalCy), Lontractor shall pay De�eloper liti�e-lzuiadred c� 110111JfJ Dolfaz•s (�5�]O.OD} fo3• cach day tliat expires aiter tlie time specilied in 1'aragra�h 3,Z fnr Final Acceptaiice u��til the Ciiy issues itic Pinal I_,�tte3� of Ilcceptance. crrr ar• roR� woRTH ivIockingt�ird Estates 5'l'ANl]ARD C�NSTRUCTI[)iV SPF.[;If [f_n'1'(ON ClOCUNfL'NT5 — DEVELQPER AWARDFT] PRC)J .F.C:TS 1 U2894 Acvised June lG, 261G 00 52 �i3 -2 De�eloper A�varcicd Prnject Agreemeazt Pa�c 2 oF� 38 Ax•ticle 4. Lt3NT1tACT YRICT 39 De�elaper agrees to pay Cantr�icia�• far perfor�na�zce of the Work in accardanc� witl� the Contract 4� Docwnents an amaunt in cu��rent fimds of six million eight hui�d�•ed sixty-se�en thausand two 41 hUndred fif�y-faur and 9�illi}�_Dollars ($G,8G7,Z5�.9f�}. 42 A�•ticle 5. C[)NTRACT ll0�[IM�',NTS 43 5. ] C�NTENTS: 44 �}5 46 47 48 44 50 51 52 53 54 55 56 57 58 59 60 Gl 62 63 64 65 GC, G7 �8 G9 �o 7l 72 73 74 75 A, Tfie Contrac[ llocuments whicli �amprise the entire agr�ement between Develaper and Cont��actor concerning the Worlc oozzsist of the fallnwing: I , Tliis Ag��ee�Z�ent. 2. Attachments to this Ilgreement: a. Bid Farm (As pro�ided by TJe�elnpe��) 1) Proposal Farm (DAP Version) 2} Preqt�a�ificatior� State���erit 3} 5tate and Federaf documents {project s�ec f c) i�. Insurance ACORT] Form�s) c. Payme�it Bn��d {UAP Vcs•sian) d. PerPormancc Roi�d (I7AP Version) e. Mainte��ance f3ond {DA,P Versinn} f. Powe�• of� Attorney fnr t4�e Bo��cls g. Woricer's CoFT�pcnsatson R#'�davit la. MBF andlor SI3L Camrnit�ne��t Foa-m (If required} 3. Sta��dard City Gei�eral Conditions nf the Construction Conta�act for De�elope�• Awa:�ded Prajects. ��. Su�plementary Conditions. 5. Specificatioiis specifically made a part of the Contra�t Doc�une��ts by atta�timent or, if not attacheci, as sncarporatcd by t•eference anci tlescri�cd iti the T�ble nf Cantents of thc Project's Lc�ntract Uacuments. G. ❑rawin�s. 7, Addenda. 8. Docu�neriiatian submiited hy Cnntractor prior to Notice of Awai�d. 9. �I'he follawirzg wkiicli may i�e delivered or issued after tlie Lffectir�e Uate ❑f t�ie 1lgreement and, if issued, }�ecnme aF� incorpot�ated part nf�tlae Cont��a�t Documents: a. Notice tn P��oceed. b. f�ield (]rd ers. c. Change C7rders. d. Letter af Finai �ccep�ance. CfFY OP F�RT WDR'I'H fvIockinhhird Lstates S'I't1NC7ARD COi�lS'I'IZlIC7'IUN SPECIC'ICATiDN DflCUMENTS f]EVLL�PLR AWARDEI] PRC7JE{:T5 1a2894 Revised Jime l6, 201G q�5241-� De�eloper A�varded Proje�l Agreemeizt Page 3 nf 4 75 Ak•ticle G. �NT]F.MNZFICATIQN 77 78 79 84 Sl $2 83 $4 85 $b 87 88 89 94 9l 92 93 94 95 96 97 6.1 Contractor cn�enants and agrees tcz iudemnify, hold harmless and defen�, at its own expe�ase, the city, its af�cers, se�rvants €���d employees, from and against any aiad nll claims arising nut of, nr alleged to a�•ise out of, the work ancl se�•�ices tn be pe�•f'ormed by tlze con#ractox•, its ❑fficers, agents, ein��loyees, subcoxata�actnR�s, iicenses or in�itees i»ider tliis contract. Tfiis i�i[�emnification p�•nvisinn is spe�i�cxlly in#endcd fo o�e:•ate and be effecti�e even if it is alleged or ��ro�ei� tl�nt al� oa' some of the damages hein� saught wex�e caused, in wl�ole or in t�art, by an,y �ct, omission or :zepli�e«�e af tixe cit�y. Tlais ii�deinnity pro�isinn is intenderi to include, �vittiout liEiiitaticfn, i�idemiiity for easts, expenses and legal fees incur��ed by fhe city in defe�iding against such claixns and causes af' actions. 6.2 Coiitraclor co�venants and ag��ees to indemt�ify and holcl ha��re�less, �t its own ex�ense, ttxe city, its nffice�•s, servants and employees, firam and against any aud all loss, damage ox• destruction of p��a��ex•ty af fhe city, arising or�! oF, or alleged to arise out Qf, t�e wa�•k and se�'�ices tn be perfor�ned by the cnntract���, its nf#icers, agents, emplayees, s�rk�contractors, licensees or in�itees undea� this ca��ta�act. This indemni�cation prn�ision is specificxlly iutended to ❑perate and he effecti�e e�en if' it is alle�ed nr na'o�ven that all ox• saxne of the daiiia�es ueiia� sou�ht F�vea•e caused, in wlxole ar iii paa•t, � any act, omission or ne�gence of lhe cil�; Arfi�Ie 7. MI�CELLAN��IIS 98 7.I Tcrms. 99 Terms used ii� this Agr�ement are defined in A��ticic 1 af tlie Standard City Co�iditio��s of l00 the Co�islruction Contract foi• llevelapec• Awartied 1'rojects. 101 7.2 Assig�;me«t c�f Cantract. ld2 This Ag��eement, includin� all of the CUntract Dnc�unents may not 6e assigned by the 1 a3 Contc�actor withaut tfie ad�anccd �Ypress writtcn conseni of thc l�cvcloper. 10� 7.3 Suc�essors an� Assi�ns. l05 I]evelaper and Cantractar ea�h binds itself, its parCners, su�cessors, assigns and legal 1�6 �•e�rese��tatives to the other ��arty l�ereto, i n res�eat to aIl cn�enants, agreements and 107 obligations cantained ir� the Cantract Docu�ne�lts. 148 7.�4 Se�erabiliiy. l�9 Any pro�ision ar part ❑f the Contract L]actiments held to be unconsLitutional, vaid ar 110 ui�ezzforceable �y a court nf com�etent jin-isdiction shall be deemed stricken, and all 111 re�naini»g �rovisions sh��ll continue ia �e v�lid and binding upon 1]LV�L�PEl� and 112 C�NTRACT(7R. 113 7.S Go�erning I1aw and Venue. 114 This �l�reetnent, i�icludiilg all of the Cont��a�t I]acuments is }3erfnrinahle in tlie State of i] 5 'I'exas. Venue shall �e `I'arrant County, Tcxas, or thc U�iited Statcs T�ist�•ict Court for thE 116 Northet�n T]istrict of Texas, Fnrt Wc}rth Di�isinn. C:1"I'Y (71� FO12'F WQRTI l iviockingbird Cstates S'1'n�lI]ARL7 CONS'1'ItIJ� l'IC1N SI'CCII'[CA"i'IC7N UflCL]MLi�l'S — E]CVGLOP�It r1Wt1RC]GfJ PR�]CCTS ]02894 Reviscd Jiirie 1 G, 2(11 G 00 52 43 - 4 I7cvelnper A��arded I'rnjec[ Agreement Pagc 4 af'4 I17 l 18 7.� Autl�arity tn Sign. i l9 Cnntractor sE�all attack� e�idence nf authority to sign Agreement, if othe�- than duly 12U autiiarized signato��y af the Contra�tor. ]21 I22 1N W1�I'Nf�SS WHEREQF, ❑evelclper and Contra�tnr ha�e exe�uted this A�ree�nent in multiple l23 COLl17�C1"[3r71't5. 124 I25 'I'his Agreement is effeet:ve as c�f the last date signed �y the Parties ("Effecti�e Date"}. I2fi Cor�tra�inr: L_ H. �ctcy Compa�7} ; LId. By: {Si , a�u•�) � Bobby G�rdan Dc�eloper: 1� YY Nlncki,zgbi��c� LLC 13y: W r - (Sign�ture ����L �.L(1� �(/�G',�fY� (Printed Name} (Printed Name} Title: President Title: Campany Name: Camp�u7y ��ame: L.H. Lacy Cn�Tipany, I,td. FW Mockingbird, LI.�C 18$0 Crawn llc•., Ste. 12�0 $2a0 llouglas Ave t� 3Q0 CitylSt�itelGip: ❑al[as, TX 75234 �� `�� j�� � D�t� l27 CitylStatelZit�: Dallas, TX 75225 l�I�� /�. Date CI'I'Y Ol� I'OI�'l' WOI�'l'ki Mnckiiighird F.sla[cs S7'�1NDAItL7 CC7�15"l7�lIC l'IDN SYGC:IPICA'I ION L]C]CUMLN'T'S — DL•:VL'LaP�R r1WAl�L]�i] PRDJLC'PS 1 a289�{ Reviscd ]wt� ]G,2QIG 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102894 Revised July 1, 2011 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION 23 iHlS �NDDRSEM�NT CHANG�S THE POLfCY. PLEAS� R�A❑ !T CAR�FIlI.LY. TExAS CQNTRACTQR'S BLANiCET ADDITIDNAL INSURED ENDURSEMENT — F�RNI A This en�orsement rnodifies insurance pro�ided under the fallowing; C�MM�RCIAL GENERAL LIABILfTY CflVERAGE PAR'F �vlicy Numher CPP2�675291201 Policy Expirativn �ate a21ai12azz Named Insured L.H. LACY COMPANY, LTD Agency Number 076533❑ Date oa.10�12a2a. Agancy IIaWEN, NfICLETTE & BRITT TNS[IRANC� AGENCY, LLC Poli�y Effe�ti�e date 02�01�2021 Aecount Number 7..Qq].7Fi33 Issuing Cumpany AMCRISURE INSURANC� COMPANY 1, a. SECTIDN fl - WHO IS AN lNSURED is amended fo adc€ as an additi�na! insured any persan ar organizatifln whom you are required to add as an additi�nal insured an this pali�y under a written contract or written agreement relatiny to your business. b. The written cantract or written agreem�nt must: [1] Require additional insured status far a time �eriod during the term of this poli�y; and t2y Be exe�uted prior ta the "bociily injury", "property damage", or "persana! and advertising injury" leading to a �laim under this policy, c. If, however: �'IJ "Yaur work" 6egan under a fetter of intent ar work order; anci [zj The fe#ter of intent or work arder led to a written contract �r written agreement within 3� days of �eginning sueh work; and (3) Yaur customer's customary contracts requore persflns or org�nizations to be named as additional insureds; we will pravide additianal insured status as specified in this endorsement. 2. �if�e insurance pro�ided under this endarsement is limited as f�flows: a. That person or arganizatiQn is an additinnai insured anly with respect to liability caused, in w�iole vr in part, by; [1) Pr�rnises yau: ta] own; �t�y Rent; (cj Lease; ar [d) Occupy; [2y Ongoing operations performed by you or on your hehalf. �ngoing nperatians daes not appfy to "badify injury" or "prqperty damage" accurring a€ter: �ay All wark ta �e performed 6y yQ�a ❑r Qn your behaif for the additional insured(s} at the site of the cavered aperations is eamplete, including related rnater�afs, parts or equipment (other than service, maintenance ar repairsj; or �h} That portian af "yvur worEt" out af which the injury ❑r damage arises is pu# t❑ its intend�d use by any person or organization other than another contractor wtirking far a prineipal as a{�art af the same praject. InCfudes copyrkghted materia! vf Insurance 5er�i�es �ffice, Inc, CG 7D 85 '!D 15 Pages 1 af 3 ��ozx�y Nu��.�: cPezo��sz9izoi EffecL-i�e Tla�e: 02�01�?,021 - 02�0�.�2Q22 [3j Campieted operatians ca�erage, but anly if: (aj The written contract ar written agreement requir�s completed a�erations �overage or "your warf�" cQverage; and �b) This coverage part provides �overage for "badiiy injury" or "properfy damage" included within the "praducts-�om�leted opera#ions hazard". Fiowe�er, the insurance afforcied ta such add'stinnal insured only app[ies ta the extent permitted by law. if the written contract or written agreem�nt: (1} Requires "arising aut o�' language; or (�} Requires you ta provide additional insured co�erage to that persan ar organixatian �y the use of either ar both of ihe fallowing: {a) Ad�itional Insured — �wners, Lessees or Contra�tors -- ScheduEed Persan Qr arganization endors�rner�f CG 2fl i 0 10 Oi ; or tb] Addi#ional ir�sured -� �wners, �essees ar Contractors — Cor�rpfeted aperatians endorseme�t CG 2a 371�q1, then the phrase "�aused, in whofe or in par#, by" in paragraph 2.a. above is replaceci f�y "arising out of'. c. if the writEen cantract ar written agreement requires yau tfl pravide additionai insured caverage to ti�at persan or arganization by the use of: (1} Additianal Insured — Qwners, Lessees or Cantractors — 5cheduled Persan Or Organization endorsement CG 20 � � 07 Q4 or CG 20 10 �4 13; ar [2] Additianaf Insure� — Owners, �essees or Contractors — Completed O�eratians endarsement CG 24 37 �7 �4 ar CG 2a 37 �4 13; or (3j 8vtfz those endorsem�nts with either of those edition dates; or {4} Either ar both af the fQllawing: �aj Rddiiinnal Insured -- Own�r�s, Lessees vr Contractors — 5�heduled Person �r OrganizatiQn endarsement CG �0 10 withaut an edition date specified; ar (by Additional Insur�d -- Owners, Lessees ar Contractors — Completed �peratians endarsement CG 2[] 37 without an edition date specified; then paragrapf� 2.a. ahave appfes. d. Premises, �s respects paragraph 2.a.(�] abn�e, in�lude camman crr pu6lic areas ab�ut such premises iF sv r�q�ired in the written cantract ar wr+tten agreement, e. Additional insured status provided under paragraphs �.a.(7j{b) ar 2,a.{�ij{�) abo�e does not extend beyand the end of a premises lease or rentai agreement. f. The limits of insurance that apply to the additianaf insured are the {easf of those s{�eciCied in t�e: {hy Written cantract; �2} Written agreement; or {3} ���iarations af tf�is pvliGy. The limits of insu�'ance are inclusi�e of and nok in additian to the limits of insurance shawn in the �ecla�ations. g, ihe insurance provided to th� additionai insured daes not apply ta "6adiEy in3ury", "pra{�erty damagc", or "persona! and ad�ertising injury" arising o�t of an architect's, engineer's, or surveyo�'s rendering of, ar failure ta render, any professional services, including but not limited ta: {'[j The preparing, approving. ❑r failing to prepare ❑r approve: {aj Maps; (�] ❑rawings; (cj Dpinions; Includes copyrightetf materiaf of RnsuranCe Servi�es flffi�e, Inc. Page 2 af 3 CG 7� 85 1415 � Policy Num�er: CPP2d67S291Z01 E�fe�tiv� Date: D2/0112621 - 02/01/2022 (d] Reports; (eJ 5urveys; (f} Change arders; (gy IJesign specifcations; and �2j Super�isory, inspectian, or engineering services. h. SECTI��! IV — COMMERCIAL GENERAL LIABILITY CDNQITlONS, paragraph 4. Qther Insurance is deleted and rep�aced with the fallawing: 4. Other Insuran�e. Co�erage prp�ided by this endorsement is ex�ess o�er any ather valid and �ollectible insurance availahle ta the additional insured whether: a. Primary; b. Excess; c, Contingent; pr d. ❑n ai�y otFier basis; but if the writte� contract or written agreement requires primary and nnn-contributory coverage, this insurance wifl 6e primary and non-contrihutory relative to ather insurance a�ailabfa to the additiona! insured which co�ers that persan ar organization as a Named Insured, and we will no# share with that ather insurance. If the written contract ar written agreement as outlined above requires additianal insured status hy use of CG 2Q 1Q 11 8S, then the coverage provided under t#�is CG 70 85 endorsement does not apply except for paragraph 2.h. Other lnsurance. Additinnai insured status is limited to that �ro�ided �y CG 2Q 1 p 11 85 shawr� below and paragraph 2.h, Q#E��r Insurance shown a�ove. A��171�NAL IN5URED - �WN�RS, ��5S�E5 ❑R CONTRACT�RS �FORM 6] This endorsement modifies insuranre pravided under the foflowing; COMMERCIAL GENERRL �lABaE.ITY CDVERAGE PAR'r. SCNEdUL� Name of Person or Organization: Blanket where require� by written c�ntract or written agreement that the terms of CG Za 1� 11 85 appFy. (If �o entry appears a6n�e, infarmation required to camplete this �ndorsement wiil be shown in the Deciarations as applieabfe tv this Endarsement.} WHQ IS AfV INSUREC] [Section Ily is amended to include as an insured tf�e persan ar organi�atiQn shawn in tha 5chedule, hUt only with respe�t to liability arising out of "yoUr worlc" far that insured by or for yQu, CG 2Q 1 U'I 7 8S j. The insuranee provided by this endorsement does not ap�iy ta any prernises or work for which the person ar orgar�ization is specifically ]isted as an additianal insured on anather endarsemenk attached to this policy, Capyright, Insurance 5er�ices ❑ffir.e, Inc., 1984 Includes �apyrighke�i rnaterial af Insurance 5er�ices QffiCe, Inc. CG 7a 85 1 Q 15 Pages 3 vf 3 GREAT AMERICAN INSURANCE CaMPANYO Administrati�e Dffice: 301 � 4TH STREET � CINCINNATI, QFII� 45202 • 513-3$9-5UU0 • FA�C 513-i2$-2740 The numUer of persons authari�ed by lhis power oFattorney is nai more than TNREE Nv. fl 19964 P�WER Uf' ATTORN�Y ICNDW ALL MEIY BYTHESE PRCSEhTS: That the G[tEATAMERICAN INSURAiVGF COMPANY, a corporation arganireci and existsng under a�id hy �irliie of qie la�vs oFthe 5tate oFDliin, dves itierei�y nomiiiate, conslitiite and appoint tlie person or persons iiained helo�v, �ach indi�iduaily if more than onc is named, its tnie and lawfiil attorncy-i�i-Cast, for it and in its name, place and stead to ex�cute on hehalf oFtize said Company, as surety, any and all honds, uaidcrtaksngs and contracts oFsuretysliip, ar otlaer writlen obligatians isi tite natzue thereof; provided that the lia�iiity of tlm said C'ampany oii aiiy such bond, u��dertaking or contraci ofsurclys3iip exeeuted under tlais autharity shall not ex�eed tlie limit slated belo��. RITA G. GULIZb 5U5AN a. ZAPALDWSKI RAVID T. MICLETTE iVarne Address ALL aF NEW 4RLEAIVS, LaU151AIVA Limit of Power A�l. ��ao,aaa,aoo This Power vFAttomey re�okes all pre�iot�s powers issued on belialFpf the aitorney(s}-in-fact named aUQ�e. IN WITNESS WHEREOF the GREAI' AMERiCAiV [NSURANCE CpMPAiVY has catised these presents to be sigaed aiid attested hy its appropriatc of�'ieers and its corrioratc scal hereunto afl5xed tliis 13TH day af APRIL 2fl2p , Attest f;RFAT AlIAf-'R1CAN [N5U ANCE CDMF'ANY a���`��`''v' � ��'•. i',,� :�� � � • r„�`� A.rsi.s rrm 15ec � r+a ry� I�� � � Diti�rsioirulSc�iior lrce Prrsideur STRTE DP OHIO, CQi1NTY �F HAM[LTDN - ss; MnaK vi�Ar�Ep {s��-s��-2aosa On this 13TH day of APRIL ,�D20 , before me persanally appeared MARK VICA[ilp, to me kno�vn, beiiig duly sworn, deposes and says �liat l�e resides in Cincinnali, �hio, that lic is a Divisi�aal Senior Vsce President pF lhe BoRd I}i�ision vl' Great American Insurance Company, the Compan7� descrihed in and �v}sich execuled llie a6o�e instrun►en1; lhat l�e knaws tlie seal of tkic said Cv:itpany; tlia[ tlic seal affixed to the said instrument is such corpvrate seal; tliat it �vas so afiixecf hy autliority ofliis afficc under the [3y-La�i�s of said Company, and that he signed ]iis name thereto hy like aut}inrity. r � s 5U5AH A F[OFlORST �' -.;.�� e Nvtary Publlc 5tate ai �hio Y°�` .� °' My Comm. Explres l�ay 1 S, ZOx5 Lt�r�- � �� Tliis PowcrafAttoniey is granted by autliority ofthe fallowing resolutions adopted by the BUard of Directors af C3real Anterican Iiisuranee Company by uiianimous written conscsit dated June 9, 20fl8. RCSULVF.f]: Tl1ad Ilre �rvisia�ral Presiderr�, IJre serer•a! Dis�isiw�rrf 5e�zru�• 1 rr.e P�eside�rls, Dii�israrol �ce Pr•esidefrls a�rd piviso�ral Assislmrl ��e Yresiderrls, or u�zy r7ire r�f 11rev�r, be mrd lrerehy rs rirrrhr�r•rzed fiaiii Iriue !o lirxe, �n nppuhN arle o�• aror•e .4Jlnr�re>>s-i�r-Facr 1a ereci�fe on behalf of fke Carr�pn�y, us su�er}; rury cr�pd c+Il bnricl.e, i��iderlakr�rgs nrrd cwirruc�s af su�rn�ship, ar nlher �i•�•r1fe+� ahligaliwrs ri� Ihe irrrr�u•e rhe� enf,• �o pr�scri6e Iheri� resper.lrve drrlies nr�d rlre �especrrt�e linriis �f Ilieir• Qrr1lror•irj�; rurdln fevnke arr3+ strcli npparl�l��ieir� crr u�ry rir�re. 12E5QLYE27 FURTHLR: Tlrur Ihe C'orr�pa�ry send arrd 11�e sig�lal�n e af any af 1he aforesc�id o,�cers ar�d any Secr•e1cr��� o�� As.rislanl Se�rera� y of !he ('wiipas}� �rray Ge a,�:red 6y facsr�rrrle lo ana� par��ei• nf Rrro1•��e�� o�� ce� rrficate af either given fu�� �he execrrlin�r af arr�� 6ond, rrnderluk+rrg. ca�rfi•ar! nf sr�relyship. a�• orlrer u��•irrer, ob7r'gnrio,� i�r rl,e,xr���,e rhelenf; si�clr sig�iarrrre rurd ser�l titi�Izci� sa rrsed Gci�rg he�•eGy rrdr�pled h�� fhe Cnsrpnriy us �he orrbh�alsrgrirrlrr�•e njsreclr a„�"rrer a�rd Ihe o�•igir�A! sear o/ rhe Co�rrpa��}�, �a Ge �alid and Uindipg rrpvri llie Cwr��arry r��irlr Ihe ru�1e force and e,(jecl ns llrorrgl� rira�zrrAlly afj�r.rer� ��.RTi FICA'1'IOI� 1, $TF.!'HF.i�! C. 8ERA13A, Assistant Sesrelary of Great America�i lrisurance Compaiiy, �io hereby cerlify that lhe foregoing Po��er of Attomey and tlie Resolutions of tlie Baard of llirectors aClune 9, 20D8 lia�e not 6cen revoked and:�re no�ti� in Full forcc artd effecl. Signed a�id sealed this ��v�w.�� :'+ y..,s.p=f`�$ i�..,��(r i � day of ��.� Rs.ei.stent Secrela�J� ��• S1a29AH [03120} CrR�AT�L�ICAN INSURANCEGROUP IMPURTANT NUTICE: Great American Insurance Company af New Yvrk Greaf American Alliance Insurance Company Great American Insuran�e Company To ohtain informatian or make a complaint; You may contact the Texas Departtnent af Insuranc� #o obtain in#'ormation an companies, co�erages, xights or camplaints at: I-80D-2S2-3439 Yau may write the Texas Depai�ment of Insurance at: P.d. Box 1491 Q4 Austin, TX 78714-9U91 FAX: 1-5 i 2-4�4-1007 Yaur notice of claim against the atta�hcd bond may be gi�en ta the surety cvmpany tha# issued the bond hy sending it i�y certi�ed or registered mail ta the following address: Mailing Addx'ess: Great Arnerican Inst�rance Corrxpany P.�. Bnx � 119 Cincinnati, Qhia 45202 Physical Address: Great American Insua�an�e Company 30l E. Faurth Street Cincinnati, �hia 45202 You may also �ontact the Great American Insurance Company Claim aff�ice by: Fax: Telephane: Email: 1-$8$-2gD-37Qb 1-5t3-369-509i hondc la i m s@g a i c. cotn PREMIUM QR CGAiM DISPUTES: If you have a dispufe conceining a premium, yQu shauld conta�# the agent first. If you ha�e a�ispute concex�ning a claim, you should contact the company first. If the dispute is not resal�ed, you may canta�t #he Texas Department of Insui•ance. ATTACH THIS NDTICE T� YULIR BDND: This notice is for information only and does not become a part ar canditian of the attached dacument. F.9667A (1U116} 00 fi2 13 • 1 PERFflRMANCf BflNQ Page a. vf 4 eand No. 3917122 1 2 3 4 5 5 7 8 � �� 11 12 13 �.4 15 16 17 THE STA7E QF TE]�A5 C�UNY1f �F TARRANT § � r� SECiiDN DO 6213 PERF�RMANCE 6�ND § KNOW A�L BY TFIESE PRE5£NTS: That we, L.�i. Lac Cam an Ltd. , knawn as "Principal" herein and �reat Amerioan Insurance Campany , a corporate surety(sureties, If mare than one3 du�y au#horixed ta do business in the State of Texas, fcnown as "Surety" F�erein �whether one or more�, are held and firmiy bourtd unto the Developer, FW Mflckingbird, LL�, authorized to dv business in Texas j"Dev�lnper'y and the City vf Fprt Worth, a Texas municipal corparativn �"Cit�'j, in the penal sum of, Six Mill€an Ei ht Fiur�dred Sixt -Seven 7housand 7wo Nundred Fift -Fnur and 9fi l0a Dnllars�S6 8�7,254.96j, lawful money of the Llnited 5tates, tn he paid in Fort Warth, Tarrattt C�unty, 7exas forthe payment of whi�h sum well and #ru�y to be made jtiintiy unto the beveloper and the Ciry as dual abligees, we hind aursei�es, nur heirs, exe�utar5, administratars, successors and assigns, jointly and severally, firmly �y these presents, 18 WHER�AS� Develaper and City have entered into an Agreement far the construction of S5 cammunity fa�ilities in the City of Fort Warth by and through a Cnmmun�ty �aciiitfes Agreement, 20 CFA IVumber L FAL1-a1 z5; and 21 WHEREA5� the Prin�ipal has entered intn a certain written contract with t�e Develaper awarded 22 the �''� day of f � :.` �f , 2DJ which Cnntract is }►er�by referr�d to and made a z3 part hereof for ali purposes as if fuliy set f4rth herein, ta furnish all ma#erial5, equipment iabor 24 and other accessories defined by law� in the prasecution af the Wor&, in�luding any Ci�ange 25 �rders, as �rn�ided far in said Cantrac# designated as Mockingbird Estates Sewer. z� NOW� THfREF�RE, the condition of this vb(igatian is such that if the sald Principal 5hall 27 faithfully perForm it obligatians under the Cantract and shak! in al! respects duiy and faithfully �8 perfarm the Wnrk, including Change Or�ers, under the Cnntra�t, accnrding to the pfans, 29 specifications, and c�ntract dncuments therein referred to, and as well during any perlod af CIiY OF FaR'f W�RTH Mocking6ird Estates SiAkOAR� CITY CflHpiTI0H5— QEVELaPER AWARDED pR�JECTS162894 Revised January3l, 2032 (10 6213 - 2 PERFQRMANCE SOIVb Page 2 vf 4 1 extensian nf the Contract that may he granted on the part of the Develaper and/�r City, then 2 this abligation shall be and hecome nulf and void, vtherwise to rQmain in full force and effect. 3 PROVlC3E0 FURTHER, that if any legaf actiQn be filed on this Bond, venue shall lie in 4 Tarrant County, Texas or the United States DistricC Court for the Northern DiStrict of Texas. Fort 5 Wnrth []ivision. 6 Th�s bond is made and executed ir� complian�e with the provi�ians of C�apter 2253 af 7 the 7exas G�vernment Code, as amended, and all lia6ifities on this banri shall be determined in 8 accordance with the pravisians of said staiue. 9 IN WITNESS WHER�QF, the Prineipal and the Sur�ty ha�e 51GNEQ and SEAL�p this 14 instrument by duly authnrixed �gents and afficers on this the _:�� day pf (k ?.. �. 11 _, ZD �' ' . �� PRIIVCIPRL: �� L.H. �ac Com an Ltd. 1A 15 16 17 18 19 za 21 zz Z3 24 25 �� 27 ATf EST: �� _ - .�/! , �--� ;�� (Principalj 5eeretary � BY: �_ Signa re BQt�by Gordon, President Name attd Titie Address: 188p Crown Dr., Ste 12�D DaAas Tx 75234 CITY DF FDRT WQRTH Ma�k}nghifd Estates STANQARR CITY CONd17EdN5 — DEVEI.OPER AWAROEo PROJECTSi�2890. Re�fsed lanuary 31, ZQ12 1 2 3 4 5 � 7 8 9 so 11 12 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 z� xs 29 C Witness as t� Principaf W�tness as to 5urety �I Johnson 006213-3 PERF�RMANCE BOND Page 3 af k SUREiY: Great American Insurance Company BY; 5ignature R{ia G. Gulixo, Attorney-in-Fa�t IVame and Title AClf�l'�55: 3ai E. Fourth Street Clncinnati, OH R5202 "felephone Numher: _ IS�s� ass-5ooa __ *Note: I# signed by an ofFicer of the 5urety Company, there must k�e on �i4e a certified extract from the hy-laws 5howing that #his person has authority ta sign su�h obligation. If Suret►�s physical acldress is different from its mailing address, bath must be provided. CIiY qF FpRT W�RI'H STANDARD CITY CONdfffONS — DEVELOPEH AWARDEQ PROJECTSi02A94 Revised lai�uary 3], Z012 Mockingbird Estates no�x 13-a PERFORMAIVCE BpIV❑ Page 4 of a The date of the band shall not pe priar to the date the Contract is awa�ded. LITY QF FORT WQRTH Mo�king6ird @states SFANpAR� CIiY CONDITIaNS — �EVELOPEi� AWAROED PRp1fCT5102894 Re�ised January 31, 2012 oos� in- i PAYMENTHQNU Page 1 of 3 1 2 3 4 5 6 7 8 9 1Q 1i 12 1� I4 15 16 I7 18 19 WHEREAS, tie�eloper and City have enEered into an Agreement far the cons#ruttEvn of 2D cammunity iaeilities in the Clty of Fart Worth� by and thraugh a��mmunity Facilities 21 Agreement, C�A Numher C1 A21•Ui25; and 22 NIHEREA5, Principal has entered into a certain written C.ontract with aeveloper, 23 awarded the .��r __day af �� i. � , 20 �' �, which Cantraet is herehy 24 referred tv and made a parr hereaf far a!! purposes as if fully set fvrth herein, to furnis� all z5 materials, equipment, labor and other ac�essories as defined by law, in the prasecution of the 26 Work as pro�ided for in said Cantract and designated as Mo�kingbird Esta#es. 27 28 SELTIDN Qp 6214 PAYMEN7 BONR TH E STATE OF 7E][►4S COIJHiY �F TARRAI�T § § § KNDW ALL SY THESE PRE5ENT5: 6and Na. 391T122 That wa, L.H. Lac Com an Ltd. , known as "Principal" hprBlli, dflL� Greai Ameri�an Ensuran�e Company a �arparate , surety ( or suretles ii mare than one}, duly authorized to da buslness in the State of Texas, known as "5urety" herein �whether one or more), are held and firmly hound unto the Developer, FW MocEcingbird, LLC, apthariaed tv da busi►sess in Texas "(beveloper"j, and #he City af Fort Worth, a Fexas municipal corporation �"Cit�'}, In the penal sum of 5ix_Miliion Ei�ht Hundred 5ixtv-5e�er� Thousand �wn Hundred Fifty-Faur and 961100 �allars �6 8fi7,2S4,9fi], lawful maney af the United States, to 6e pafd in Fort Worth, Tarrar�t County, 7exas, for #he payment of which s�am well and truiy be made jointiy unta the Qavelaper and the City as dual ohligees. we hind ourselves� o�r heirs, executars, administratnrs, successnrs and asslgns, Jolntiy and severaliy, firmly py these �oresents: NpW, 7HEREF�RE, THE �OfVDITION OF THIS DBLIGATIQN Is such that if Principal shall pay all monies owing to any (and all] payment band beneficiary {as define�i in Chapter 2253 of cirr oF FosT wa�rri STANpAR� CiTY CONOiT14N5— oEVELOPEit AWARdfO PR4JECT5102894 Revlsed lanuary S1, 2p12 Mockinghird Estates oabz ia-z PAYMENTBpN❑ Page 2 af 3 a the Texas Ga�ernment Cnde, as amendedj in the prQsecutian pf #he Woric under the Contract, 2 then this ❑bligation shall he and became null and void; atherwis� to remain in full farce and 3 effect. 4 This hond is made and executed in compfiance with the provisions of Chapter 2253 nf 5 the Texas Government Code, as amended, and ail liabilities on this hand shall he determined in 6 ac�ordance with the prvr►isi�ns of said statute. 7 IIV WITNE55 WHEREOF, the Principal and Surety have each 51GfVE[7 and SEAlED this 8 instrument by duly authorized agen#s and o#ficers an #his the �� �: da af — Y 9 �,� C- ; =� �__ _, 20 -' � 1Q ATTEST: � - - -- — � _,�- tPrincipaE} 5ecretary =_� --�, Witness as ta Principal PRIAfCIPAI: L.H. Lacy Cam�anv, Ltd. 8Y: �� Signa#ure eohhy Gordon President Name and Title Address: 1_88Q Crawn Orive, st� i�oa Dailas Ti( 75234 5E1R ETY: Great American lnsurance Company CITY DF FQR7 WARiH 51'ANOARQ C1Tr CONdITIflHS - 6EVELpPERAWARQ�p ARQICLT510t894 Revlsed January 31, 2�12 Mnckingbkrd Esta�es OUfi�14-3 PAYMENTBONp Page 3 oF 3 ATTEST: BY: l r� -� 5ignature .--�,2� � � •-'��� -- tSuretyJ ��� 5usan a. ZapaEawsEci, Witness Rita G. Gulizo, Atforney-in-Fact � I�ame and Title Add1'e55: 3�1 E. Fourlh 5treet WitnEss a5 #0 5ul'ety AI Johnson Cincinnati, OH 45262 Teleph�ne Number; I5�3}sss-5aoa 1 Z Note: ff signed hy an ofFicer flf the Surety, there must �e on file a certifiecf extract from the 3 bylaws shawing that this persan has authvrity to sign such o�ligation. If 5urety'S physical 4 address is different from its rr�ailing address, hoth must be pra�ided, 5 6 7he date af the hond shall nat he prior to the date the Contract is awarded, 7 ElVD U� S�CTIDN cirr oF Fo�r wv�rN STANOARp CITY CflNOlTlDiVS — QEVELOPER AINARDPo PROJECT5102844 Revlsed January 31, 2012 Mocking6ird Eststes 00 �z i� - i fu1AINTENANCE BOND Page f of 5 Band No. 3917122 1 2 3 4 5 6 7 S 9 THE STATE 4F TE][AS COLI N1Y OF TARRANt § § SECTfON � 52 Z8 MAINTENAAlCE gOND § KNOW ALi. BY THESE PitES�N'!'5t That we L.H. Lae Com an Ltd. , known as "Printipai" herein and Great Ameri�an �nsurance Campany , a corporate surety �sureties, if mare than 14 onej duly authvrixed t� da 6usiness in the State of Texas, kr�vuvn as "Suret�' herein (whether 11 one nr morej� are held and firmly haund unto the Developer, FW Maekinghird, Ll.C, authorixed 1Z to do �usiness in 7exas j"Developer"j and the City �f Fort Worth, a 7exas municipa! corporation 13 4"Ciiy"j, in ti�e sum of 5ix Million Ei h# Hundred Sixt -Seven'Fhousand Two Nundred F4fk -Four 14 and 9fi11�0 Dallars �$6 8fi� 7 2S4.9Gj, lawful mnney of the United 5tates. ta be paid in Fart Wnrth� 15 Tarrant County, Texas, far payment af which sum welf and truly 6e made jnintly unto the 15 Developer and the City as dual abligees and their successars, we �ind ourselves, aur heirs, 17 execu#ors, administratars, suc�essors and ass'sgns, jointly an� severally, firmiy by tF�ese presents. 18 19 WHEREAS� oevefoper and City have entered into an Agreement far the canstruction of Za community #aciiities in the City af Fart Worth by and through a Community Facilities Agreement, 2� CFA Number CFAz:I•�:i15; and 22 WHEREAS, the Principal has entered into a certain written contract with the Der►eloper 23 awarded the ,r*�4 day af (_ ; ��� , 2� <' f,�hich Cvntract is 24 here�y referred to and a made part hereof for a11 purpases as if fully set forth herein� to furnish Z5 all materlals, equipment lahar and other a�Gessaries as defined hy law, in the prnsecutian of the 26 W�rk, including any Wark resulting from a duiy authQr�zed Change Qrder {eollecti�ely herein, 27 the "Work"j a5 provided for fn said Cnntraet and designa#ed as Ma�kinghird Estates; and zs CITY OF FORT W4RTH STANpARO CIIYCONDITIQNS—GEVELpAERAWARaEO PRRJEGT5102894 Re++ised lanuary 31, 2fl32 Madcinghird Estates oasais-z MAIN7�NAHCE eph}0 Page 2 of 5 1 WH�R�AS, Prin�ipal binds ftselita use such materials a�d to sa constru�t the Work in 2 aecordance with the plans. specifications and Cantraet Documents that the Wark is and will 3 remain free fram defects in materials or workmanship for and during the period of two j2y years � after the date of Final Acceptance af the Work by the City {"Mair�tenan�e Period"j; and 5 5 WHEREA5, Prin�ipal f�inds i#self to repair or recanstruct the Work in whale or in part upon 7 receiving noti�e from the Qeveloper andjor City af the need thereof at any time wiEhin the S Mainter�ance Reriod. 0 1Q IVOV41 iHEREFDRE, the �andition 4f this abligatian is such that i# PrinCipal shall remeciy 11 any defeetive Work� far which timely nvtice was provided 6y De�eloper or City, ta a �ompleti�n 12 satisfactQry to the City, tt�en this obligati�n shalE became null and vaid; atherwise to remain in I3 full force and efFect. 14 15 PR�ViDED, MDWEVER. if Principal shall fail so to repair or reconstruci any timely 16 noticed defective Wark, it is agreed that the Uevelaper or City may cause any and afl se�ch � 7 defeCti�� V11ork to be repaired and/�r recnnstr�cted with all associated costs thereof being 18 barne by the Prin�ipal and the Surety under this Maintenance Bond; and 15 2U PR�VIDED FLiRTHER, that if any legal a�tian he filed on this 6ond, venue shafl Ile in 21 Tarrant County, Texas ar the Llnited States Uistrict Cour# #ar the Northern Distri�t af 7exas, Fart 2Z Wvrth ❑ivisivn; and z3 24 PR�VI�E� FLlR7HEFt, #hat this obligation shall be c�ntinuous in naCure and suc�essi�e 25 recaveries may be had herean for successive breac�es. z� CITY OF FQRT W�RTH Mockii�g6ird Estates 5TANpARp CfTY COh1QiTIqN5— OEVELO?ER ANlARDE� PROlELi51Q2894 RevisedJanuary3l, 2I112 OU6219-3 AAAINT�NANCE 64Np Page 3 of 5 CITY aF FOR7 WaR�H Motkingbird Estates STANDARO CITY CDNdiTI0N5 — UEVEL�PER AWAROED PRDJECT5102894 Revised January 31, 2012 onsx�e-a MAINTENANCE B�N� Page 4 of 5 1 IN W!'iN�55 WHEREOF� the Principal and the Surety have each 51G1�£D and SEALE� this 2 instrument by duly autharized agents and officers an this the ____��,r day nf L� � f:. �,,r 3 ,2� � ?. 4 5 fi PRINClPAL: L.H. Laty Company, Ltd. _ __� � � 1a 11 12 13 ATfEST: 14 �� 15 �� = -- _�- 16 �Principalj 5ecretary 17 18 19 ZQ 2� � zz 23 Witness as #o Principal 2A $Y: 5ignature B�bby_G_ordan, Pr�s9dent ___ nlame and Title Address: 1880 Crnwn Dr., 5te 120a pallas Tx 75234 5U REIY- 25 25 27 28 Great American Insuranrx: Company CITY 0� FORT WpRTN STANbAR� CI7Y CONOITIONS — DEVELOPER AWARDEO PROJECr5142894 ReVised January 31, i012 Mackinghird Estates ou�zis-� MAIN7ENANCE BpNp Page 5 of s � 2 3 4 5 � 7 8 9 10 1� 12 13 14 15 16 17 18 �9 za 21 2� 23 ATTEST: t Susan C]. Zapalawski, itness W'ttness �Surety} g�g��� 4*'�5,��.. �I11�11@55 d5 tQ SUCe'�y AI Johnson � � BY: r' 5ignature Rita G. Gulixo, Attarney-En-Fact lVame and Title 3[]'E E. Fourlh Sireet Address: Cinci�nati, aH 452D2 TelephQne I�umber. i5�3}sss-5ooa *NQte: If signed by an affi�er of the Surety �ompany, there mu5t 6e an file a certified extract frnm the by-laws showing that thi5 person has authvrity ta sign such obligation. I# 5urety's physical address is different fram its maifing addreSs, bvth must I�e prnvi�led. Tf�e date of the 6ond shall not be prior to the date t�e Contra�t is awarded. CITY �F FDRT WOftTH STAN�AR� ClTY CANOITIOIVS— QEVELOPER AWAR�@Q PRQIECT510289R Rc�ised January 33, 2a12 Mn�kingbird Estates BEAN ELECTRICAL, INC. naa2aa DAP - H fp PKflP05,1L Pagc i oP2 SECTIQIV 00 42 43 Aevelaper Awarded Projects - PROPOSAL FORM UNiT PRiCE BED Bidder`s Application Project ]tam Information Sidder's Praposal [3idlist i�em Description Specification llnit af ��d {�nit Price Bid Value No. Section,io. Measure Quantity lJF[IT V: STREET LIGHFiNG IMPROVEMENTS 1 2605.3�18 2" SCH 8D PVC Condu�i, Open Gut 2fi �5 33 LF 3782 $15.50 558,fi21.a0 2 3441.141 Q#10 }CFlHW 34 41 40 f.F 1134F $9 .43 �16,224.78 3 3441.1501 Ground Box Type B 34 43 10 EA �3 $805.�[1 37,855.�� 4 344i.3fl5� ATB� 70 Residential 34 4� 20 EA fi1 $465.a0 $28,365.�0 5 344'I.30�1 Type 1 Foundation 34 41 2[] EA $1 $1,2QO.Op $73,2Da.0a 6 34�45.3341 Type 11 Po€e with 33BArm � 3441 20 EA 61 $2,071.�Q $926,331.qa TOTAL UNIT I: STREET �IGHTINC IMPRaVE11fIENTS $316,608.78 asr vF Fok� wvRrH STAI+E�AItI1 CONSTAI7CTi0N SPCCIPfCATiON AOCUhiENTS - DEVELflPEA AW.�tRDEfl PROfECTS Fum� VcrSian hfay 2?, ?0(9 00 d2 -03_Sid Propara!_6RP•Sir�tt l,igh�5 !3� 42 d3 ❑RP - 6Ill PkDPOS.�L Pagc 2 aF2 SECTIaN �0 42 43 �e�eloper Awarded Projects - PRC]P�SAL F�RM uNir PR�cE s�❑ Bidder's Appiication Praject Item informaiien Bidder's Praposal Bidlist 3�em L7escnptivn SpeciScation Unit of Bid �nit Price Bid Value Nn 5ectian Na. Measure �uaniity Sid Summary UNIT V: STREET LIGHTING IMPRaVEMENTS ToGTI Constructian Bid This Bid is submitted hy the enfity named below: BIDD�'R: Rrao� iCirrtriral. inr. S3i 4.. linnu 1�c'�fuc I�i�ri �1 �>rt€�. i'i•�:rti "'I,I-Sl! ContrAct�r agrces to complete FVORK for FINAL ACCEPTAI�CE within I�� CONTRACT eatnmences to run as pro�ided in the Gencral Conditions. ENll OF SECTIDtV working days alYer thc date when the �3� D,608.78 78 CiT]' tlF FOBT WORTH 5Tr1N�riRB CONSTAl1CTION SPECIF1CATiON DQCL1MiN7S - oEVELtlPEk AWAhI7E6 PROSECTS Form Vers�an Mav 22. 2019 OD 42 43_8id Proposai_6r1P-Street Lighis TITLE: '•.°rrsftlr��� DATE: ��:1�;3iF?I oa:�s iz nnr prtFQun�ir�cnr�or� sT:��e�teu r Pagclofl 5CCTI�N 00 45 12 DAP — PR�QLIALIFICATI�N STATEMENT Eac�� Biddez• is required to coinplete the iniarmatian beiow 6y identifying the prequafi�ed contractors ancflor subcontractors whv�n they inte�id to utifiae for the majar work type�s) listed. In the "Ma'ar Woric T e" �ox ravide the �om lete ma'or work t e and ac#ual desci�i tion as ra�ided b ti�e Water Depa�t�nen# for water and sewer a_nd TFW #'or pa�in� Major Wark Type Co�itracto�lSiibcantractor Campany Na�ne Prequalification Ex iration Date M�ckingbird Esta�es Street 8ean E�ecti-ical In� March 9, 2Q23 Li ht Im ��o�ements The undeesigned hereby �ci�tifies that the contractors andlar subcontractars descri�ed in tfie tabEe abo�e are �uri•ently prequalifed for t�e wark types listed. gIDD�R: Be��� Electri�al, In�. $2 ] E, Fnon Avenue Fart Worth, Texas 7G14� �ND �F SECTI�IV C1TY OFFORT WORTH STANOARD COlVSTRUCTIQN PREqLlALIFICATIOiV SFATEMENT— bEVEL�PERqWARDEQ PROJECTS 0045 i2 Prequaliiication 5[atement 2015_aAF-6ean Farm Version Sep[em6er 1, 2015 TITLE: President ❑ATE: 1012�12Q21 00 45 25 - l CC}NTRACTOR C[7�iPC,[ANC�; Wl'CF [ WC]l2KER'S CaMPENSA"CION [,AW Page I �f 1 2 3 4 5 6 7 8 9 �fl lf �2 l3 14 �5 lb 17 18 19 2Q z� zz 23 24 25 26 27 28 29 3a 3l 32 33 34 35 35 37 38 39 �a SECTI�N 00 �#5 25 ��NTRACTdR C�MPLIAIr(CE WI'TH WDRI4ER'S CQMPENSATIDN LA W Pi�rsuant to Texas Labpf� Code Section 4D6.09�ta}, as amended, Contractor cei�tities t�►at it ��ra�ides worker's compensatian ir�sura�ce co�erage fo�� all Qf its employees em�layed on City Project N�, ] 02894. Contractor further certifies that, pursuant to Texas Labor Code, Section 4�6.�46{b}, as a�ne�zded, it will provide to City ifs subcax�tractor's cei�tificates ofcompliance with warker's c�����ensation co�erage. CQNTRACTaR: Bean Electricai Inc. Cp�n pany �,s� Print} 821 E Er�on Rd Signature: _ �.._-- Adclress 7 Fart Worti� TX 76 �4� Title: Preside:it CitylStatelZip {Please Pri�it} THE STATE �F TEXAS C� UNTY OF TARRANT � � �e'� 8E OI�E ME, the undersigned authority, on tfiis day persona�iy appeared ��-' ' f', �� ���,, I' , fc�own ta me to be the persan whose name is subs�rib d to the foregaing instrument, and acknawledged ta �ne ttiat helshe executed the same as the act and deed of '.' � e� ; { l i .' � � l . ; . , � { ,., { %r the purposes and consideratian therein expressed and in the capacity tlierein stated. GIVEN UND�R MY HAND AND SEAL QF �FFICE this � � l f day af ' ' r-�1 � ,20 2.l � � � rr►r�� � � i J q ����r�f ' �;�� `p�ie�rq� � ,�•,:� y �1. ' • .� a � Qih� f� ��, � ,:4 � 's�'.�� OF �; � A .,�l� �. ` \-_ .� =, �D,# 13. ����.�� . ''����r���t�n►��►� -� _ �. Natary Public in and for t�►e Sfate of Texas ENU 4F S�CTI�N c�•r�r n� �'ar�T waRT� 57'ANC]ARQ C��fSTRI]CT[flN SPEClF1C'ATCf]N DC]CU�tE�lTS Rcvised April 2, 26Iq Mocking6ird Fsta[es 102894 0a5243-I Dcvcloper Aivarded I'roject Rgreemen[ F'agr I of4 2 SECTI�N OD 52 43 AGREEMENT 3 4 THIS AGREEMENT, autl�orized on � l.' �'� �, L'� is made by and be[ween the �eve�opeE�, 5 FW Mackin bird LLC autharicea to do du ine in Texas ("De�efope3�") , and Sean Electrical, 6 Inc. , atiti}o�-i�ed to da busiriess in Texas, acting by and through its di�ly autho��i2ed 7 representative, {"Cantractor"}. 8 De�eloper and Ca�}tE�actor, in consideration of ti�e Ettutual ca�enants hereinafteA� set fai�th, agree as R FoI1Qws: 10 Arficle 1. WORI� �1 12 13 14 15 16 17 18 Articie 3. CQNTRACT TIME ]9 3.1 Time is of the essence. CITY PROJECT NQ. 142894 �a All time limits for Mifestones, if any, and Finaf Acceptance as stated in the Contract 2l �oc�Ements are of the essence to this Contract. 22 3.2 F'inal Acceptar��e. 23 T'he Work will be comple#e for Final Ac�eptance within 185 calendar days after tiie date 24 when the Cantract Time �ammences to run as pra�ide�i in Paragraph i2.04 of the Standard 25 City Conditior�s of the Constru�tion Contra�t for I3evelo�er Awarded Projects. 2b 33 Liq«idated damages 27 28 29 30 3i 32 33 34 35 3G 37 Contractor sliall �amplete all Worfc as specified or indicated in the Cais#ra�t 1"3ocumeitts foE� the Project iden#ified herein, Article Z. PRQJECT The project for whi�h the Work under the Contract Docume�}ts may be the whole or aniy a part is generally described as fol �ows: M�CK�NGBIRD ESTATES Contra�tar recog�zizes that time is of the essen�e of this Agreemen# and that Developer wiil suffer �nan�ial loss if the Wark is not campleted within the tiines specified in Pa�-agrapi� 3.2 aba�e, pfus any extensian thereof allowed in ac�ordan�e with Articfe lq of the Standard City Conditions vf t�e Consfru�tion CQiltE'flCt for De�elope�� Award�d Projects, Tlae Contractar alsa recognizes Ehe delays, expense and diffi�ulties in�ol�ed in p��o�ing in a legal praceedi�g fhe ac#i�al foss suffered by tt�e De�elaper if the Work is not campieted on tinn�, A��ordingly, instead of requicing any such praof , Ca�tracta�- agrees that as liquidated cfamages �or delay (6ut not as a penalty}, Contra�tar shall pay 13e�efoper frve-hirndj•ed cfc OOIIOD I]olEars {$5Da.00} for ea�h day that expires after the time specified in Paragraph 3.2 far Final Acceptance until tl�e Ciry issues the �'inal I,e#ter ❑f Acceptance. C['CY �F F�R'r WORT[-[ lvfackingbird Estates 5'I'A�f[]ARp C�NSTRLiC7'!ON SPECiFiCAT[aN D�CUMEN'1'S — I}EVk:LUPER AWARQE� PR[)JECTS 102894 Revised Iune 16, 2016 oa�z�3-z �cvcloper Awarded Praject Agreernen� Page 2 oF4 38 Article 4. C�NTRACT PRIC� 39 De�eloper agrees ta pay Contractai• fq�� performance of the Wor�C in accordanc� with the Contract 4Q Documents an ama�nt i�� c�ri'ent funds af tku�ee hundred ten thousand six hund�•ed s�x and �l 781104 Dallars ($310,64d.78). 42 Articie 5, C�NTRACT DDCLINL�NTS 43 5.1 C�NTENTS: 44 A. The Contract Documents which comprise the entire ags•eement between De�elaper a�id 45 Co�itractor �oncerning the Work consist af the fallowing: 4b i. T�is Agreemen#. �17 48 49 54 51 52 53 S4 55 56 57 58 59 50 61 b2 b3 64 55 b6 6T 68 69 70 71 72 73 74 75 �. Atta�hments ta this Agreement: a. B id Form (As pi•o�ided by De�eloper) 1} 1'raposal Form [�AP Ve��sion} 2} Pi�equalification Statem�nf 3} 5tate and Federa! dacuments (�vrojecl specrfrcj b. Ii�suran�e i1C�RD Farm(s) c. PayEnerit Bond {DAP Versian} d. Performance Bond �DAP Ve�•sion} e. Mai�itenance BQnd (DAP Ve��sion} f. Pawer af AttQrney far the Bonds g. Worker's Compensation Af�davit !�. MBE andlpr SBE Commitment Farm (Ifrequired) 3. Sta:�dard City Geizeral Conditians of the Construction Contra�t far ❑e�eloper Awarded Projects. 4. Suppfeme��tary Conditio�is. 5. Specif�ations speci%caliy made a part af t�e Contract I3ocuments by attachment ar, if not attachcd, as incai�porated by i•eference and describec! in the Table of Contents of the Project's Cantra�t Doc�iments. 6. Drawings. 7. AddeT�da. S. Docuineittation submitted by L'on#ractor prior to Notice vf Award. 9. The following wkiich may be deli�ered or issued after the EfFecti�e Date ❑f tfie Agreemecit and, if issued, becarrxe an incaiporated �art of the Cor►#ract Documents: a. Notice to Praceed. �. Field �rders. �. Change �rders. d. Letter of Final Accepfance. CITY OF FpRT W�RTH Moekingbird Estates STANI7AF[Q CONSTRUCTI�N SPCC[FICATIC]i�! DOCUMElVTS — UkV�t�QPER AWARDED P[tOJ�C'C5 �p2gg¢ Revised Jis:ie l6, 2016 UO 52 �43 - 3 Qcvelaper A�varded Projc�l Agreemeiit Page 3 of4 7G Ariicle G. IPID�MNITICATIQI�i 77 78 79 8a 81 82 83 84 85 8G 87 88 89 9a 91 92 93 94 95 96 47 5.I Conte•actar �avenants and agrecs fo ir�demnify, hold i�armless an� defend, at its ofvn cxpe�se, the eity, its afficers, sei-►�ar�ts and em�Iayees, Fr�mi and against any aEa� a1C c[aims arising out of, or alleged ta arise out ❑f, the wnrk anc! services to be perfnrmed by the conti•actor, its af�cers, agents, emp[oyees, subcont�•acta�rs, iieenses nr iE��itees u�ider t�iis contract. Tliis i�xc�emni�catian ro�isio�t is s eei�cali intendec� fa o era#e and he effecti�ve e�en �f it is alle ed ar ro�en that all or svrne oF the dama es bein sau�ht w�re caused, in �vhoie or in art 6 any act vrr�issian ❑r ne�ligei�ce af fhe city. This iiwdemnity pro�ision is intended to inc�tide, wiihout iimitation, inden��iity for cos#s, expenses and legal f'ees incurred by tfae city in �ief'endi�g against such �laims and causes of actioiis. G.2 Conh�actar cv�enaiiis and agrees to indemnify and hold haa•mless, at its awn expense, the city, its Q#'fieers, ser�ants and em�loyees, frnm and aga'rnst any and afl toss, damage or destruetion of property ot'the city, arising out af, or alleged to arise out of, the work anc� ser�ices to be performed 6y the contractar, its ofticers, agen#s, employees, subcontracfars, licensees nr in�itees u�der tliis cant��act. This indemnifieation ra�isian is s eci�call intended fo o erate and de effecti�e e�ven if it is aile ed ar roWen t}�at All ar snme of the dama es bein sou ht ►vere caused i� whole or in art by any ac�omisseon nr ne�li�ence nf the city. Article 7. MISC�LLANEDTJS 98 7. � Tez•ms. 99 Terms used i�t this Agreement are defined in Ai�ticle 1 of the Standard City Conditions of l0U the Catisiruction Cantract for Developer Awarded Projects. 101 7.2 Assigi�ment of Cont�-act. lU2 This Agreeinent, inc�udfng alt oF the Cnntract Documents may not be assigi�ed hy the 1 fl3 Cantractor without the adva�t�ed express written consen# of the De�ela�er. la4 7.3 Successors and Ass�gns. lUS De�elapea- and Contractar Each biEids itself, its partners, successo��s, assigns and legal t06 rep��esentati�es to the other party hereto, in resp�ot to all cn�enants, agreements and 1D7 ob�i�atians contained in the Contra�t Docunnents. 108 7.4 Se�e��abi�ity. 109 Any provision or part of t�►e CQntract ❑ocuments held to be unconstituti�nai, �flid o�• 11D unenforceable by a court of �ompetent j«risdi�tion shall be deemed stE�icker►, and al! lll remainEng pro�isians shall Gontinue to be �alid and bindin� uport DEVELQPER anci 1 i 2 CQN7'RACTOR. � l3 7.5 Governing Law and Venue. i 14 This Agreement, in�luding ail of the Cor�#ract �acuments is perFarmable in the State of 1 l5 Texas. Venue sEial] be Tarrant CQucity, Texas, ar the llnited States �istrict Caurt for the 116 Northern ❑is#rict af Texas, Fort Vdartli Di�isian. Ct'l'Y [)F FQRT W�R'1'I-[ Mocking�ird �states S'fR�i�]ARD CON3'flZL)C"I'IC7N SPECIFICAT[ON F]OCU�tEN3'S — UL"VELOPER AWAI�llEi7 PRp]8CT5 l02$9�4 Revised iune 15, 2016 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH Mockingbird Estates STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102894 Revised July 1, 2011 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION 23 d SureTec Insurance Company THIS 6QN❑ RI�ER CONTA[NS IMPORTANT CDVERAGE INFORMATI�N F�R�E IUTAJEURE RI�ER Th� obligations af the Surety and Principal under the Band vr Bonds to whi�h this Rider is annexed are su�aject ta the fallawing limitations and �vnditivns, ta wit: that, it is a cvnditian p�'e�edent to their lia�ifity hereunder that the cantractual abligatian {the c�ntra�t vr subcvntract, as th� cas� may be, being referred to in this Rider as the "Cantra�t"} between the Principal and the �bligee underlyin� this Band in�ludes �or shall �e cansidered amended ta irrcludej a Force NJajeure exclusion holding that the Principal and its Sureties shall not be held lia�le under this Ba�d �r under the �ontract for any impacts, delays, default5, or damages related ta Principal's work arising frQm, ar rekated tv epidemics, pandemics, me�ical emerger��3es, 5upply iirr� int�rruptians, �r natural disasters impacting th� wark required �Oy the Cantract, regardless af where such ever�ts o�cur, acts ❑f Gad, terrarism, war, acts vf gv�ernmen# or administrati�e suspensian, limitatifln, or shut-down, ar #he direct ❑r indirect Gansequences ar afterma#h af any vf t�e fare�aing, and the Cvntract further prvvides that the Principal shall be er�#itled t� an extensian ❑f #he Cantract Time and an equitable adjustment �f the Cvntract Price, as a result af any af the exclusivns h�r�tofare cited. fn the event the pravisians far force majeure, time extensians, ❑r equitable adjustment for time and mvney are mQre favara�le tv Principal in the Contract, than in this Rider, the more favvrabl� shall apply. Revised 3-20a9 SureTec lnsurance Cvmpany 1MPnRTANT N�TlCE 5tatutory Complaint NoticelFiling of Claims To obtain information or make a �amplaint: 1'au may �ail the 5urety's toll free t�leph�ne number for intormation ar to make a comp�aint vr file a claim at: 1-866-732-D�99. You rnay alsa write ta the 5urety at: SureTe� Insurance Company 9737 Great Hills Trail, Suite 32a Austin, TX 78759 Yau may cantact the Texas Department Qf Insurance ta o�tain information on cornpanies, coverage, rights or camplaints at 1-800-252- 3439. You may write the Texas C]epartment of Insurance at: P� 6ox 149104 Austin, T}C 787'E4-91 D4 Fax#: 512-49Q-1007 Weh: http:llwww.tdi.fexas,qav Email: Cansumer�rotectian@tdi.texas.gav PREMIL}M DR GL.AiMS DISPUTES: 5hould you have a dispute �oncerning your premium or about a claim, you shauld contact the Surety first. If the dispute is not resolved, you may conta�t fhe Texas Qepartment af Insuran�e. Texas Itider 812p 19 ppqq 4224049 J�INT �.fMETE❑ P�WER DF ATT�RN�Y ICfJOW ALL MEN 6Y 7HESE RRESEfVTS: Tha[ SureTec fnsurance Cvmpany, a Corporation dufy organlred and existing under [he laws oF [he Slate of Texas and having i[s principal offite fn the Cvunty of Harris, 7exas and Markel Insurance Company (the "Campan�"], a �orporation duly organixed and exlsting under the laws of tfie state a{ INinais, and having its principa! administrative oFfi�e in Glen Aflen, Virglnfa, does 6y these presents make, tansti[u[e and appolni: 7ony Fierra, Jay Jordan, ,lohnny Moss, 5teven W. 5earcey, Ro6ert J. Shuya, Mistie Seok, Jsremy Barnett, Rahert G, Kanuth, Jade Pbrter, Jennlfer Cisneros, Jarret! Wi!lson, Jack Noitingham Their true and iawful agent[sJ and a[tvrney{;j-fn-fac[, each ln their separate capad[y if mnre than one is named a6o�e, ta make, execu[e, seal and delEver for and on their own behaif, indlvid�aaiiy as a su�ety arjoint[y, as co-s�reties, and as their att and deed any and all honds and other undertakirzg in suretyshlp pro�icfed: hawever, el�at the penal sum oF any one such instrument executed hereundershalf not ex�eed the sum of: Twenty Million and 0�I10fl �vllars {$2p,000,aao.ao� This Power pf Attorney is gran[ed and js sEgned and sealed under and by the au[harity oF the foqowing Resolutians adop[ed qy the Board oF Directers of SureTec Insurance Company and Markel Insvrance Company: "RESOLVEo, Tha[ the President, Senior Vice Pres3dent, Vlce Presldent, Assistant Vlce Presldent, Secretary, Treasurer and each oFtliem here6y is authorized to exe�ute powers of attorney, and suth authority can he exetuted hy use of facsimile signatvre, which. may be attested ar aeknawledged by any offl�er or attorney, of the [ompany, qualifying the aFtarney or attorneys named in the gi�en power of attorney, to execute fn behalf vF, and acknowiedge as tha act and deed uf [he SureTet Insurance Company and Markel Insurante Cnmpany, as the case may he, alE 6ond undertakEngs and contra[ts nf svretyship, and ta af�x the corpora[e seal thereto." kN WiTNE55 WHEREOF, Markel Insurance Company and SureTec fnsuranee Company Itiave [aused [hefr official seal tn 6e herevnto a{Fxed ar�d these presen[s [o 6e signed hy thely duly authorited offiters on the i7�n day vf +�wamea� , 2o2a . Sure7ee lnsurance Company ey: Michael C. Ke[inlg, President w,�'� ,�ro�1RANL'�Ci ��r x y �1v� ��w y�� 7� � 1 '°4wn� * . `1����+��C�r� Markel Insur ce Company �Y�� SEAL �_ ,� � � �''"' ���' "�`' 8}' � _ �rlil. 1 � _ - ' !l `•, �'�h�f!4�g ��;�� R in Russa, Senlar Vice PresEdent ♦ �f��hri'iFi�ind`� Cvmmonwealth of Virginia Caunty of Henri�a 55: 0n this sr�h day oF r+�vamea�, xoxo A. d., heFore me, a Nntary Pu61ic of [he Commonwea![h of Virginla, In and for the Cnun[y ot Henrico, duly commissioned and qualified, came TNE ABOVE aFFlCERS OF 7HE G�MPANIES, to me persnnafly known to 6e the indivEduals and nffi�ers descrihed in, wha execvted the pre�eding iitstrument, and they acknawledged the exec�tion oF same, artd 6efng hy me duly sworn, disposed and sald [hat they are the otfi[ers af [he sald corY�panies aForesafd, and thaY tha seals aFfixed tv the proceeding Instrvment are the Corpnrate Seals of said Cvmpanies, and the said Corpqrate Seals and thefr slgnaFures as oTFicers were duiy affixed and su65[ribed tn the sald Ins[rumen[ by the autharity ar+d dlre[tion af tire said companies, and tha[ Resalutivns adflpted 6ythe Board of Qirecto�s oF said Cs+mpanies referred to fn the precedi�g instrument is now fn farce. ����e �� � t�+���� IN TE571MONY WHFREOF, I ha�e hereunto set my hand, and atfixed `�.d`,� RF��h� C�t�F� Nenricu, [he day and year tirs[ a6ove writ[en. o , o � r c�s�.,�,': . �. :� r�v �: COA9i�f551pN By: ��.��__�� � � ' iVUI�rI�F_R � Q ' � ❑ ; � �onna Dona�ant, Notary F'ubN[ ' ��'�. �fl�3�fi8 .�' �� Niy cflmmfssinn axplres 1�31JZpZ3 �: Q,��'�•.. .••��4` �: We, the undersfgned Ofi��ers of Surcicc Insuran�e Company and MarkeCir�s��iy�LC���Tiy �q+Fer6y certEfytha[ the orig{na! pp6vER OF ATT�RNEY of wliich tl�e Foregoing is a full, true and corre�t copy is still in Ful� far[e and eifect and ha�hqt+§�r�r� r�ypk�`d. IN WITfVE55 WFiEHEQF, we ha�e hereunto set our hands, and afFlxed the Seals p{ safd Companles, on the �day of _♦' }� , Sui etlnsUr CE C pan Sy M. Br t Bea[y, Assistant Se�re[a Niarkel Insurance Campany �r � � ` ]� �� ., .....�. Y: ' Richard R. Grinnan, Vl�e President an •Seu ary Any Ins[rumen[ Issued in excess of the penalty stated a6ove is totallyvoid and without any�alidity. 422f 048 FnrVerlFl�a[fon of the authorltyoFthls Power you maycall {713j812-OSDOon any huslness day hetween 8:39AM and S:d� PM CST. oa �x i s - � �ERr•artr�Arrc� sotao 1'age 1 nf3 � 2 3 4 5 6 7 THE STAT� �F T��CAS C�UNTY QF TA1tRANT s��Tzo�v an sz �� PERF�RMANCE EOND #4445835 § § KNDW ALL BY THES� PRESENTS: § 8 That we, �3ean Elcctrical Inc. known as 9 "Principal" herein and . SureTec Insurance Company , a coiporate 10 surety(suret�es, if more than one} duly authorized ta dQ business in the State of Texas, known as i l "5urety" herein (whether one or more), are held and firmly hound unto the De�eloper, FW 12 Mockingbird, LL�, authorized ta do business in Texas ("�eveloper"} and the City of Fort Worth, 13 a Tcxas municipal �orporation ("City"}, in the pena[ sum of, Three H�ndred Ten Thousand Six 14 Hundred Six and 78110� Dallarsi$31�,bOG.78}, lawful money ofthe United States, ta be paid in 15 Fort Wai-th, Ta��rant County, Texas for t�e payment of which sum well and truly ta be made 1G jointly unto the 13e�elaper and the City as dua! obligees, we Uind aurselves, o�r heirs, executors, 17 18 ]9 24 administrators, suc�essors and ass'sgns, jaintly and severally, firmly by ihese presenis. WHTR�AS, De�e4aper and City ha�e entered into an Agreement far the constrtiction af �ammunity facilities in the City of Fort Wai�h by and through a Con�muniry Facilities Agreement, CFA Nu�nber CFA� I-0125; a€td 21 WHEREAS, the P��incipal iias entered into a cercain written �ontract with the �]e��laper awarded 22 the � day of �1 �,� c'k;� f�" , 2��, which Cantract is hereby referred ta and made a 23 part here4f far all purposes as if fully set forth herein, to furnish all materials, eyuipment labor 24 and other accessories defined 6y 1aw, i�z the pr�secution oF the Work, including any Change 2S Orders, as pra�ided for in said Contract desi�nated as Mackingl�ird �states Sewer. 25 NDW, THERErORE, the conditian of this abligatian is such that if the said Principal 27 shall faithfully pec�farm it o6ligations undei• the Contract and shall in a�l respects duiy and 28 faithfully perform the Work, including Change �rders, under the Cantract, according to the plans, 29 Sj]0C1f1C8f10riSi a�id contract docui�ents therein referred to, and as well during any periQd of 3� extensian of the Contract that may be granted on the �a3-t af the Develaper andlor City, then this 31 obligatian shall he and hecome null and �oid, ❑therwise to remain in fis�1 force and efFe�t. C1TY OF FORT WQRTH Mockingbird �states S'l'ANllARD C[TY CONBITIONS -- DEVELOP�R AWARI]�D PAUJCCTS 162844 Re�ised 1am�ary 31, 2012 ao6zis-a PsrtroruHAr�c� aorv❑ Page 2 nf3 1 i� PROVIDED FURTH�R, that if any legal action be filed on this SQnd, venue shall lie in Tarrant Caunty, Texas or the United States District Court for the Narthern District of Texas, Fort 3 Wosth Divisian, 4 This bond is made and exe�uted in �omp�iance with the pra�isions of Chapter 2253 af ti�e 5 Texas Ga�ernment �ode, as amended, and all liabilities on this bond shall be determined in G accordance with the pro�isions nf said statue. 7 IN WITN�SS WH�R�UF, the P�•incipal and the Sitrety ha�e SIGNED and SEALEI� 8 this instrument by duly autharized agents and afficers on this the LG � day of � t C'�''�.' ��' , 20 � =1. � ia 11 ]2 13 14 15 16 17 18 19 �n zi 22 23 24 25 2S 27 28 29 34 31 32 33 34 35 3G 37 38 39 AO 4I A2 43 44 4S �4G �i7 A E�T: , � � ��' . tPr� cipal) 5eor tary ; �•� ' ;�i �, y z . Witness as ta iricipal � • � Muni bah, Witness as to Surety PRINCIPA , Bean Sle rical BY; gnature Rov F.. Bean II, President, _ Name and Titic Address: 82] F. Enan A�enue Fnrt Worth, Te�as 76140 S[JRti,i'Y: � SureI'ec In ance C an BY: Si ature 3otsnp Moss, Attorney-in-Pact Name and Title Address: 2255 Ridge Road., Ste 333 Rockwall, TX,75087 '1'el ephone Number: 9T2-772-7220 *No#e: If signed hy an officer af the Surety Company, there must be on file a certified extract from the �y-]aws showi�ig t4�at this pe��san has authority to sign such obligation, if Surety's physical adda•css is different from its mailing address, both must be pro�ided. �ITY �F NO[t'P WflRT'H Mockingbird Fsta�es STANDA[ZD CITY CC]NDlT10N5— DEVEL�PER AWARI7EO PRC]JECTS 1�2894 Revised 7anuary 31, 2�12 oa s2 i 3- 3 Y��tr•axM,ahcE sor�g Pagc 3 oF 3 The date of the band shall not be pi�iQr ta the date the �antract is awaz�ded. Cl'['Y OF FpRT WORTH Mackinghird F:states S'i'AN17AI�f] CITY C[7NDIT[QNS — �EVELOPER AWARDED PROJECTS 1�284d itevised January 31, 2012 0� Ci2 t A- 1 PAYMCNT BUND Page 1 aF2 ] 2 3 4 5 6 7 THE STAT� OF T�XAS C�UNTY DF TARRANT S�CTIflN �� 62 14 FAYMENT B�N� #4445835 § § KNOW ALi� RY THESE PRESENTS: § S That we, Bean Electrical, Inc. , knawn as 9 "Principal" herein, and SureTec Insuranoe Com an , a 1a carporate surety ( ar sureties if more than one), duly authoriaed ta do husiness in th� State af 11 12 I3 ]4 15 lfi 17 18 19 20 21 22 23 24 25 2G Texas, known as "Surety" herein {whether one ar more), are held and firmly hound unto the �e�elaper, FW MQckingbird, LLC, autharized to do business in Texas "[lae�elaper"}, and the City of Fort Warth, a Texas municipal co�poratinn ("City"}, in tl�e �enal sum Qf Three Hundred Ten Thousand Six Hundred 5ix and 78114� �ollars ($310,5Q6.78), lawful money of the [Inited States, ta be paid in Fort Warth, Tarrant CQunty, Texas, far the paymen# af which sum well and truly be inade jo'sntly unto the Developer and the City as dtial Qbli�ees, we bind oursel�es, our heirs, executors, administrators, successors and assigns, jaintly and severally, firmly �y these presents: WHCREAS, Devefoper and City ha�e entered into an Agreement for the constructiQn of cotnmunity facilities in the �ity vf Fort Wa�-th, by and tivough a Cammunity Facilities Agreemenc, CFA Numt�cr CrA21-Q � 2S; and WHEREAS, Prin�ipal has entered into a certai�� written Contra�t with ❑e�eloper, awarded the L' day ❑f �.�(.� �' �' �^ ___, 2Q�, which Conira�t is hereUy refen•ed to and made a pau�t hereof far all purposes as if fully set forth herein, to fumish a�l materials, equipinent, labar and other accessories as defined by law, in the prasecuiian of the Wa�•k as prv�ided far in said Cantract and designatec€ as Mo�k'sngbird Estates. 27 NUW, THEREFORE, THE CONDITIDN OF TH1S OBLIGATION is such that if 28 Prin�ipal shall pay all rrsonies owing ta any (and ali} payment bond beneficia�y (as defned in 29 Chapter 2253 ❑�'the Texas Ga�ernment Cade, as a�ne��ded} i� the prosecution af the Work under 3� the Cantract, then tl�is abligation shall be and be�Qme mil4 and �oid; otherwise io remain in full 31 farce and effect. C1TY Oi' F�lz7' WORTI3 Moekingbird �states STANDAf[D Ct7'Y CONi3iT[pN5 -- DEVELQPER AWARI]�Q PRC]lECTS 162844 Revised 7amiary 3i, 2a12 ao�ala-7 PAYM�NT [30ND Page 2 nf 2 7 3 This bond is made and exec�sted in cpmpliance witli the pravisions af Chapter 2253 of the Texas Go�ernment Code, as amended, and all liabslities fln this band shall be determined in accardance with the pravisions of said statute. � IN WITN�SS WH�RCUF, the Principal and Surety have each SIGNED and SEALED 5 this instrument Uy duly authorizcd agenfs and officei�s oii this the L. '' day of b �f t L' ��C I� , 2� 7�. 7 AT EST: n �� �. .. ; � ; ; ��� (Prsncipal}. e�r tary / % ..'3 : ; � r .�� f , W�ttiess �s.tQ Principal A'I"I'EST: �.; � r� (Sure y} Secreta�y ��, , Muni Rahah, Witness as ta Surety 8 9 i0 11 12 13 ld . Roy E. Bean II, President Name and Title Address: 821 E. Enon A�enue Fart Woi�th, Texas 7G 14� 5l7RETY: - SureTec T r��an , BY• S i ��ature � .Tohnny Mass, Attarney-in-Fact _ Name and '1"itle Addz�ess; �255 Rid e Road. 5te 333 Rackwall, T� 75Q87 _ Telephone Numl�er: 972-772-7220 Note: If signed hy an offi�er af the Surety, there must be Qn file a certified extract fr�m tl�e bylaws si�owing that tfiis person has authoz•ity to sign such obligatian. If 5urety's physical address is different fi•om its maifin� add:�ess, 6Qth must be prQ�vided. The date of the band shall not �e pr'sor to the date the Contract is awarded. END �F S�CTION C1T'Y �F FU1tT W�RTH Mocking6ird Fstates STANDARI] L:1TY C�NI3I'1'[QNS -- �EVELQPER AWARD�D PROIECTS i02844 Rc�iscd 7anuary 3i, 2012 ofl sz i 9- i MAINTENANCE BOND Pagc I of 3 1 2 3 4 5 6 7 TH� STATE �F' TCXAS CflUNTY OF TARRANT S�CTI�N a� G2 lg MAINTENANCE BON❑ #4qr�S835 § § KNDW ALL SY TH�SC �RE5�1�iTS: § 8 That we Be�n Electric I�ic, known as "Principai" 9 herein and SureTec Insurance Campany , a corporate surety tsureties, if 1� more than one) duly autharized to do E�usiness in the State Qf Texas, known as "Surety" h�rein 11 {whether ane or more}, are held and fi�7nly bound unta the De�elaper, FW Mocki�igbird, LLC, 12 authQrixed to da business in Texas ("�e�eloper"} and the City of Fort Warth, a Texas municipal 13 corpQration ("Gity"}, in the sum of T3�ree Hundred Ten Thousand Six Flundred Six and 781300 l4 �ollars ($31 f],�D6.78i, lawful inoney of the L]nited States, to �e paid in Fort Worth, Tarrant 15 CQunEy, Texas, for payment of whi�h susn well and truly �e made jointly unto the �e�eloper and 16 the City as dual abligees and their successors, we bind oursel�es, our heirs, executoz•s, 17 administrators, successors and assigns, jointly and se�e��ally, firmly 6y these presents. ]8 19 20 21 22 23 2�l 25 25 27 28 29 WHCRCAS, De�elaper and City have entered into an Agreement for the constructian af community facilities in the City of Fort Worth by a�id thraugh a Community Facilities Agreement, CFA Number CFA2 I-D 125; and WH�REAS, the Principal has entered into a certain written contract witi� the Ue�elaper awarded tl�e L�`i,, day of �[ i��!i', i�' , 2D ��, whi�h Cantraot is 3�ereby refeired to and a made part hereof for all purposes as if fully set forth herein, ta f�arnish all materials, equipment lahar and other accessaries as defined hy law, in the p��osecution of the Work, including any Work resulting fi•om a duly authorized Change �rder (collecti�ely herein, the "Wark"} as pro�ided for in said Conts�act and designated as Mo�kingbird Estates; and WHEREAS, Principal binds itscif to use such materials and to s� constz�uct the Work in 3� accordan�e with the plans, specificatians and Contra�t Documents thai the Work is and will 31 remain fi•ee from def��ts in materials or workmanship fos� and during the period of two (2) years 32 a�ter the date of Fi�ial Acceptan�e of the W�rk �y the Giiy ("Maintenance Period"}; and 33 Ci'I�Y nF FORT WORTH Mockingbird EstAtes STAN DARD CiTY CONDITIDNS — DEVELOPER AWARDG� PA�J F.C7'S I fl2844 Re�ised lanuary 31, 2012 an�z is-2 MA [IVTGNANC: F..13pN p f'age 2 aF3 1 WHEREAS, Prin�ipal binds itself ta repai�� or reco�istruct the Wark in whale or in part 2 upon receiving natice from fhe Developer arsdlar Ciry of the need thereof at any time within the 3 Maintenance Periad. 4 5 NQW THEIt�FOR�, the cQnditian af this obl'sgation is such tl�at iF Prin�ipal shall G remedy any defecti�e Work, for which timely notice was pro�ided by De�elaper o�� City, to a 7 campletion satisfactory ta the City, then this obligatios� shall Ue�ome �iull and �oid; othe��vise to S remain in full farce and effect. 9 1� PROVIDEU, HUWEVER, iFPrittcipal shall fail so to repair ar recanstruct any timely 11 naticed defecti�e �Vork, it is agrced that the L7e�elaper or City may �aus� any and all such 12 defecti�e Wark to be repaired andlor reconstructed with all associated costs ther�of l�eing barne 13 hy the Fr"sncipal and the Surety under this Maintenance gand; and I4 15 PR�VIDED F[]RTHER, that iFany legal action be fiied o�i this Sond, �enue shall lie in 16 Tarrani County, Texas or the llnited 5tates District Court fQr the Noi�hern District oF Texas, Fart 17 Worth Di�ision; and 18 19 PRUVID�O FURTH�R, that this o6ligation sl�all be contii7uous in nature acid 2� successi�e recQ�eries may be had hereon for successi�e 6reaches. r� 22 23 CI'l'Y �C PDit'f WpRTH Niockingbird F.stutes STANDARD C:11'Y CONBIT[C}NS — DEVELOPER AWARi]�� Pf{UJL'C'1'S I Q2844 Revised ]�nuary 31, 20i2 006219-3 NfAINTENANCE B4ND Page 3 of'3 1 IN WXTNESS WHER��F, the Pa•incipaf �nd the 5urety �ia�e eacfi SIGNED and SEALED this 2 i�strument by duly authorized agents and offi�e;•s an this the `1.r day of � �C.fL'1�e � , 2a�. a 5 6 7 S 9 10 11 �� 13 14 15 is 17 18 19 20 21 22 23 24 25 2G 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 A TEST; ���_.� .� ��:�_�.- �Principal} Secret y - , , ; i' i/,; ' '! �.; ; 1 ' � [. f '�.• �-" � itness as to 1'rin�ipal Ai�TEST; 1.�1� {5urety) 5e retary � 1 f-�r-- '-'1� Muni bah, Witness as ta Stirety PRINCIPA . I3ean f�le •i�al e: BY• �`- 5ignature T�oy �. I3ean Ti, President^ Name and Titie Address: 82l 1;, Ennn A�eniie Fo�'t Wnrth, T?C 7C 14U � SUF�ETY: - SureTec Insur�r►�e Co any i E3Y: ' �--* ! � 5i tura dohn � Mnss Attorne -in-Fact Name and Title Address: 2255 Ridga Road., Ste 333 Rockwal�,.1'x 75087 Telephone Nnmbcr: 972-772-722a *Note: If signed by an afficer flf thc Surety Co�npany, there must be on iile a �ertified extract fi•om the by-laws showing tliat this perso�i has authority t❑ sigii such obligation. If Surcty's physical address is dif%��ent from its mailing address, hoth rnust be pra�ided. The date of the hond shall not be prior to the date the Contract is awarded. CITY �F rORT W�2TH Mockinghird Estates STRNDARD C1TY CONI717'IUNS — i31;V�LQ['&R AWARDEI] PR01ECT5 10289�1 Revised 3anuary 3l, 20i2 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- None None None 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. • • . lvlslon enera e ulrements 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 – General Requirements 24 3. Section 33 12 25 – Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 a. Notify the Texas Department of Transportation prior to commencing any work 1 therein in accordance with the provisions of the permit 2 b. All work performed in the TxDOT right-of-way shall be performed in 3 compliance with and subject to approval from the Texas Department of 4 Transportation 5 B. Work near High Voltage Lines 6 1. Regulatory Requirements 7 a. All Work near High Voltage Lines (more than 600 volts measured between 8 conductors or between a conductor and the ground) shall be in accordance with 9 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 10 2. Warning sign 11 a. Provide sign of sufficient size meeting all OSHA requirements. 12 3. Equipment operating within 10 feet of high voltage lines will require the following 13 safety features 14 a. Insulating cage-type of guard about the boom or arm 15 b. Insulator links on the lift hook connections for back hoes or dippers 16 c. Equipment must meet the safety requirements as set forth by OSHA and the 17 safety requirements of the owner of the high voltage lines 18 4. Work within 6 feet of high voltage electric lines 19 a. Notification shall be given to: 20 1) The power company (example: ONCOR) 21 a) Maintain an accurate log of all such calls to power company and record 22 action taken in each case. 23 b. Coordination with power company 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 26 lower the lines 27 c. No personnel may work within 6 feet of a high voltage line before the above 28 requirements have been met. 29 C. Confined Space Entry Program 30 1. Provide and follow approved Confined Space Entry Program in accordance with 31 OSHA requirements. 32 2. Confined Spaces include: 33 a. Manholes 34 b. All other confined spaces in accordance with OSHA’s Permit Required for 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following will apply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 40 prior to commencing. 41 2) Minimum 24 hour public notification in accordance with Section 01 31 13 42 E. Water Department Coordination 43 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 1. During the construction of this project, it will be necessary to deactivate, for a 1 period of time, existing lines. The Contractor shall be required to coordinate with 2 the Water Department to determine the best times for deactivating and activating 3 those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing 5 City water line system with the City’s representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use 8 during the life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on 10 to accommodate the construction of the project is required, coordinate this 11 activity through the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal 14 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 15 will be prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and 17 responsibilities as a result of these actions. 18 F. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block 20 basis, prepare and deliver a notice or flyer of the pending construction to the front 21 door of each residence or business that will be impacted by construction. The notice 22 shall be prepared as follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each 24 block in the project area. 25 1) Prepare flyer on the Contractor’s letterhead and include the following 26 information: 27 a) Name of Project 28 b) City Project No (CPN) 29 c) Scope of Project (i.e. type of construction activity) 30 d) Actual construction duration within the block 31 e) Name of the contractor’s foreman and phone number 32 f) Name of the City’s inspector and phone number 33 g) City’s after-hours phone number 34 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 35 A. 36 3) Submit schedule showing the construction start and finish time for each 37 block of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is 40 delivered to all residents of the block. 41 G. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 b. Prepare flyer on the contractor’s letterhead and include the following 1 information: 2 1) Name of the project 3 2) City Project Number 4 3) Date of the interruption of service 5 4) Period the interruption will take place 6 5) Name of the contractor’s foreman and phone number 7 6) Name of the City’s inspector and phone number 8 c. A sample of the temporary water service interruption notification is attached as 9 Exhibit B. 10 d. Deliver a copy of the temporary interruption notification to the City inspector 11 for review prior to being distributed. 12 e. No interruption of water service can occur until the flyer has been delivered to 13 all affected residents and businesses. 14 f. Electronic versions of the sample flyers can be obtained from the Project 15 Construction Inspector. 16 H. Coordination with United States Army Corps of Engineers (USACE) 17 1. At locations in the Project where construction activities occur in areas where 18 USACE permits are required, meet all requirements set forth in each designated 19 permit. 20 I. Coordination within Railroad Permit Areas 21 1. At locations in the project where construction activities occur in areas where 22 railroad permits are required, meet all requirements set forth in each designated 23 railroad permit. This includes, but is not limited to, provisions for: 24 a. Flagmen 25 b. Inspectors 26 c. Safety training 27 d. Additional insurance 28 e. Insurance certificates 29 f. Other employees required to protect the right-of-way and property of the 30 Railroad Company from damage arising out of and/or from the construction of 31 the project. Proper utility clearance procedures shall be used in accordance 32 with the permit guidelines. 33 2. Obtain any supplemental information needed to comply with the railroad’s 34 requirements. 35 J. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust, capture and properly dispose of waste water. 38 b. If wet saw cutting is performed, capture and properly dispose of slurry. 39 K. Employee Parking 40 1. Provide parking for employees at locations approved by the City. 41 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 102592 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application en lx CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102592 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities (Note: Existing Utility Information is shown on the Construction Plans) GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination None GR-01 60 00 Product Requirements CITY OF FORT WORTH Mockingbird Estates Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102592 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: October 21, 2020 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 1330" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 1330" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 1330" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 1330" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 1330" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 1330" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.1030" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement fro DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated: 10/21/2020 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)* From Original Standard Products ListClick to Return to the Table of Content36Updated: 10/21/2020