Loading...
HomeMy WebLinkAboutContract 56738-PM1CSC No. 56738-FM1 F��T��RTH FRf]JECT MANiJAL FUR THE C�N�"TRUCTI�N UF WATER & SAI�IITARY SEWER IMPRUVEMENTS TD SFRVE ALLIANCE TflWN CENTER IVDRTH— HiLLWOQD PARKWAY PHASE 2 IPRC Reeord Nn. 19-0142 City Projert No. 1�1�278 FID Nn� 30114-[1Z0(1431-1 [i227$-ED768S File Na. X-2b71 Mattic Par.kcr Ba�id Ccxake Mlayar City Maria�;�r Christapher P. � �arder, P.E. Dircctnr, Water ❑epartment William ]ohnsan Director. Transportatian �nd Pt�hlic �arks i7e�artrner�t Prepared for The Gity at Fvrt V4'orth December 2{12] PREPARED BY ����Qf TE.,���� PELUT�N LA1VD SUL[iTIDNS � *�.• •+� � 980D �I1LLW4QD PARKWA7', SUITE 250 ■ � = � ���� E(3RT WQR'TH, TEXAS T�iI77 � . ,. � ; . ,�,,.•�A 817-5fi2-3:i�U � * ,�,,a.�-� w�&�..;.•. TRPE Firm Nn. 1221)7' f��1l��,�:..�'�3� B as� 1 0,: . ►�� ' DFFICIAL REC�RD ��� s••���'�••••*"- '1 � t�' .. .. CITY SECRETARY � � FT. WQRTH, T3( � �t� Zl � Lv�t 00 00 00 S7'A��]RFiI] t'[)ItiS'IRIIC'TIC7N SPI:CIf�IC'A7ION UUL'L.'•MLn I S sECTioN oo aa io TABLE QF CD:�fE'�NTS DEVELDI'�R AW'ARaED PRQ,iECTS Page 4 of 8 Last Re�ised I)ir•ision 00 - General Conditions nn� n� i��an �� �.,�..,.,,,,.;�.,,. .,, a:a,�.,.... n s i��v �S � n A in�-"r U[3 4? 43 Pm osal }��nrm L�nit Pri�e 051221?019 nnQ�s � nn rn�T nn� �,__,� �T �n'n����4 00 45 12 i're uali�catinn Statement Q91011?Ol5 nn�a m in�an �Q 45 2G Cc7ntractnr CoiTi lianee «ith W'c�rkers' C'rnn ensatio�� La�+ �410�I2014 nn� !S 4 1'1��Q 4d 5Z 43 A 7reement Qb11612� 1 G DO 51 ?5 Certiticate of �nsuraeice d7101120] 1 U� G? i 3 Perfo�-mance �3ond 0113112� i 2 �0 6? l4 Pa� rnent �3ond 0113112d 12 �0 f�2 19 Mai��tena�ice $ond � 113 I12d ]? an�n ro„ar.,i r,...a:.:,,..�. i i ���T ��Q n�ini��n� i �� UU 73 � p 5tandard Cit� C'onditinns nf ti�e Canstructicin Cn�itra�t for De�e[oper � 1 �����0 �� A��arded Pro�ects ❑ir�isi�n [ll - General Re uirements Last Revised 0 i 1 1 DO S��mmar� of Vdork i?'?01201? � 1 25 OD Substitutiozi Prncedtires 0 813 0120 1 � []1 31 19 �reconstruction Meetin« U8!3�12013 �}��� n � m� n�r []1 32 _i3 Precanstruction Vsden 4813U12[]13 Ol 3.i �4 Siihmittals 0813D12013 O1 3� 13 5 c�ial Pro�ect Procedures 08�'3012013 O1 45 23 7'estin 7 and ]ris ecti�n Ser�•ices (�3!?0'2(l?4 01 5d 00 Tem oraiti Fa�ilities and Conirnls 07.��1!2�11 D1 55 26 Street Lise F'errnit and Modilicatio�is to Traff�c Contral Q71D112�11 dl 57 � 3 5tnrm � ater Pollutio�� Pre�e�ition Plan 071d 112� 1 1 Q] 6� 00 Product Re uirements �31201?�?0 O] 6G 0� Product Stora�e and Han�lin�� Re t�ir�ments 041071?d14 �� +�n�i.:i;,.,.:.,., .,..a c�...�..c.: i:-....:�.. n� in�� Ol 71 23 Cc}nstruction Stakin � �41�71?Ol4 � 1 7� 23 Cleanin17 04!U712Q 14 O1 77 19 Closenut Re uirements 041U71?U14 U� 78 23 fl eratior� and 'Nainte�tance C�ata 041U71?D 14 U 1 78 39 Prn�ect Kecnrd Docurne�its 041Q71?014 C'I i Y C]1 I�[]A I N'f ]F2 I I I i! �,rei• �.5a�r�rr�„ .k•�r� �• l�ivpi•are'rire+�rs .-�7f '.1 flilfirvod C'a�iv�irurrs '{}('�ce SIriNL);ii2UL'()'tiSll�l!t'II()NSi'f:C'If=1C'A'IIUVI][x'[:VIE:?��'S-I]F:VI.I.(li'1:K:1�h.AHI]I:UI'F�(].I1;(']'S {�n•1'i•ajc•c1.1o.10???n R« isrd Viar�h 2U. �U20 r- 00 Op i}[1 S fA1tDAl�D C't)ii57'R�'C'flf7?1 SP1iC'II�ICA � I(]i� L]OCl:�9E:?ti 1"5 Page 2 of 8 Technical SpecifiGations which ha�e been modi�ed by the Engineer s�e�i��aliy fnr titis Praject; hard copies are included in the Project's Cantract Documents ;'4'C)14'E Di►°ision d2 - Existin Conditions d2 41 1:� ��ee,;.,.. c:... n,,...,.�:,:,... 02 41 ]4 �,���.,�, ao,,,,,:,�����..,.,.�..., fl2 41 15 � �a �' U�visi�n U3 - Cuncrete UEr•ision 26 - Electrieal Date Modi�ed Di►�ision 31 - Earthwork 31 1� a0 c;,� r-�� 31 23 15 31 23 ?3 �� 31 24 OU 31 ?5 00 L r��,�,., .,.�a coa;.,.o.,. r...,«..,.i 31 35 00 � i � 37 �0 C'I I l' OF F[31t'I' 11[)1t'11I fl'wer r4• .kr��ric+n .S��rer hi�pi•r�re�+rtc•��ls;i7('.1 fliNrrnor} C'aniniu�is? U/�c�. 51�1VI}�iKU('(]NS'IftE:C'1IONSPI:C'If�IC'A"I�]{}ti [7[x'L:y1l:NI5—I]E:VI_LUPLR,111ARi7f 1)i'R[)Jf'.C"]:4 ('in•!'rcJ�ecr.loJf1�'71� i�c� isc�d h4arch 2(1. ?U?Q DU 00 bQ 5 i A'VI].AHL] C[?NS I RIIC' I I[]I� Sl'LC'IF'iC'Af'][)1�i l)[JC'l1Ml��'1 5 Page 3 of 8 •� Di�ision 33 - Utilities 33 O1 30 co:,:o,. �„a ��s�„i,,.� �i��-,;,,� 33 O1 31 33 03 10 aa04 10 ��.,,,t Q�.�a;,,.. .,.,.� ri��.�,......i r..�.i.:f;,.., 3.i �4 1 l r,.r,.��;�,� r�.,.r,.� -ro�. c..,.,..,�� 33 �� 12 33 �4 ;0 33 Q4 40 33 �4 50 .-,,,.,�:�.� ..�-r,,..,o.. �h.,.,,�. .i� U5 IO r i,.i:,.. •r...,...,�. r....,,...,.;,,.. r._..�..,a..,.�.,. ..a n.,..i,r,n 33 �S � 2 33 U5 13 33 �5 13.1� - n,d;,,..+��,.. eea.-.1�.�],� 1f-.1,�}��1„i..,. r�,..,..� ...1 r>.1.,... c....,,.,.,».�., ... JJ flS I4 �� . . , . >; US 1 b r• �.o �ar,,,or sl � �it�- 3� ll5 � 7 C�.�,�,.,-�r� ('.-.11.,.-.- > j 05 ?0 �Tc _i� 0� 21 -r,,,�.,�i i r ni.,.� 33 07 2? 33 �S ?3 L2,,.�.� -r,,.�,��,,,�.. 33 Q5 24 33 OS ?6 33 05 30 33 1 1{1S a�i.,. �.i,,,� .,a r.,�i,o�.• 33 11 10 33 1 1 1 1 �,,,...:,o ,_�., �;....,.,� 33 11 1? 33 11 13 33 11 14 33 11 l� � � � ? � fl �i; .,+.,� c„�,,:...�.. t „s. .,. � „�, 33 1? 1 ! >j 12 ?U U.,..:i:,..,. c.,..,...� r.,.,, ■i„3..., �] �? '7 1 A �111�' A L? �.l-.L.�.- �.�asa.d R..ff,�r(7...LLa1..,.� 3� 12 �5 r,�,,,��...;�., .� �..,�,;,�.. ■a�.:.�.. �n,,;.��- 3a12 3D r-,�,,.,�-.;,,.,.,,,,, n;,. ■i.,i:,� n....�,���-.i;�.• �.. n.....�.i� �x;�f�.. c.,�..a..,� 33 1? 4� r�Y��i=, 33 12 5� 33 1? b� c..,...�.,�a ❑i�,::: .,sf•�,.,i..a n��o,»hi„ 33 31 i? i'['] 1` f71= i C7E� I 1�'f]R I Ef 1f'cr�cv �i Suiiirruy .Sr�rer Iiirprurcurc�us:17['1 IIrlRraud ('u��t�r+n»s? U%�rc S I;1til]:1f�[] L'[)nS l RL C' [ ff)N Si'[_L'II IC'.A [ iCli� I][.H_'L�h1l:N I S— i)}:Vi.:l.[.)i'Lk ril�'AKE]L:L] i'KU�I_C'i 5 C"rn' 1'+•n�ce�.lr7.11J?'�8 Rc� iscd Il�arc:li ?0. ?f13{J r� 00 OU 00 5'I ANfJARI� C'[7ti5'i'Rf;CTlO'�l SYLC'IFIC'Al fON L][K'LJ�11iV I5 Page 4 of 8 ('] I'1' OF' I(lit'I 41'Uf� fH II'c��er c� .k+��r�ur•i .Sei�cr l�++pr��t•c�iir��rs:�7C'.1 !Iill,ronrl ('o�vri�roira ' C)ffcc' S I AN[)�1Rf] C'(]!ti5 f'RiIL"f'1[]�i SI�f:L ll'!C'r'I I If.)!V IH.x'l �9[_N [ S- I]f::Vk:l.[]I'E:12 ��1�':iE2i71:i] f'f2[)11;t"I'S ('ih' 1'�'r�jc�c7.�'o.1 f1???8 Kc� iscd vlarclz 2U. 2(]20 � 00 00 on S] ANL]ARi] t'()hSTRLIt'TiC]1� SI'L:L'�f IL'.� I€[]'J I]Cx'�!Mf'U TS Page 5 of 8 Technical Specifications liste�t belaw are included far this Project hy reference and ran be ►=iewedldownloac�ec� frnm ihe City°'s w•ebsite at: htt :Ilfortwarthtexas. o�=It r�•Icontractorsl Di�rision 02 - Existin Condi#ions n� n i 3_ c�i�.,+:.,,, c:.� n.......�:,:�._ �-T-,--T� �? 4� l4 Utilitv Remo��allAhandnnment �$� O.. U , . I Di�ision 03 - Conrrete ❑ivisia�z 2G - Electrical Last Re�•ised i �!�nnn i � �� 1 ?: ? 0.'2t] 12 11�� Di�isian 31 - Earthwork � 1 10 �� Site Clearin 12'?D.'?[� 12 31 23 16 L'nclassi�ed E�ca�atinn Ui'?8:'?�13 Z ,�T �C�YeN; �� � �7V�O�V; ; , j�r�vv - !1 I i`1�T 31 25 QD �rnsinn and 5ediment Contm[ I?:'?0'?al? �'� � ��,�,�� �'� � �;�,-----�=�—'_ C']'I'Y U1= 1=UIt [ 1hUH E] I !T i�lc� c� J'a�u�ci�� .S�arei liiiprrnenrc�als: i 7C'.1 - flrllironcf C'oni���ni�.s ? f)(�cr 51-ANf]A13[7Ct}!�5"I'EZI:L I lUti SI'I_L'1FICAII[)�ti I)(K Uh11.iN'fS— [71:VfiI.OPL:H,111,ARI7E[f) i'RO.IE C"i'S ['rrrl'.u�ec� Io.Ili"?S Rr� iscd Mar�E� 20. 2p20 r-• no 0o nn SIA:JL7ARf] C'p1�STRUC"]'IC}h 51'[:C'[! IC'A i I(]�' I]i)L'i'y]F'�TS Page6vf8 � Di►�isia�t 33 - Utilities 33 O1 i0 5e�ver and Manhole 'I'estin 7 ]2�?Q:?fll? 33 U I 3] Closed Cir�uit Teler isian (CCTV I��s ectian D.i�03'?O1 b '�o�--i-a - i � �� n��n i � ,—�-= o� = �'-�o'TTv i�:�n:�ni� ,�r_ "'�T !`..r....�:.... f-'...tf.-.�I To.-r Ca.,r:,..�� 1'7I'7111'7l�1'7 TL�`ST't � i ��z t � !^]��] � �'�-v�-�v ' a���T 33 d4 40 Cleanin and Acce tan�e ��esrin r of W�3teF�'vlains a2106:'201; 33 {14 S� Cleat�in T �f 5ewer Mains l2!?a�2U12 33 �5 10 lJtilitv Trei�ch �t�a�atio��, Em�edmeF�t, a�id Sa�kfill l2�'12l?�16 33 45 12 Water Line Lo��erin 7 13!2(1!2U12 33 05 i 3 �=ran�e. Co�•er and Grade Rin�s - Cast lron O l'??:'2� I b � `' ��-�-��i�-i.�; n t : ��---�i; Ad_justi���� Mani�oles. [�alets. Val��e Boses, and Ot}ier Structures to 33 05 ] 4 ` ]?:'3{]:'Z� 1 Z Grade �-9�--�� f � ; ��� � 3��T r',,,,,..-o.o r•�i i�.-� i 7;-7r� � '�2�nc,_r� � �r�r�,� 21 !�T T��.��,ol 1 .- ❑l.,r,. ,�']R:� �' ��� I `1 r'1 f�? = � ��� I '] !`1� R ��� _ !�-oT T r��n.�-?� :��o [ i.:�;.,, �R.,�i.,,»�n . i�:�n �ni � ,�� ' �� � � .,.:.�.. .�r L ..:...:._.. � r«: �:.:.... �t-?�n'vzvr �.� Q..i.� �r...� ..a r�..,.�.,.... F�:�n,�n i � ,�� '�-i-c; ��: 7 n: 7 n � 7 z�� 33 1 1 1] Ductile IrQn Fittin =s 12�20;'20l? �� � , : ,�� �'� � �'-,�,,�? �3--1-�--�4 L z'',- W-�;? 33 12 l� 1�4�ater Sen ices 1-i�i�l� tn ?-incft fl'���4:'?{}� � 2��T 1 n ., �x �.,.�.- Ar[o.o�� , �r�r� � '42�� 17��.�I����r Co.,ro.J f`_.,r., V.,I.,,, 1`1!`1r��„] 22_� 1.�--rc-�-�r ���A�-r-rpr$ivnP.• C.,.,�...1 I]..rf�...�'1,: ■I..I.�o� 17i'71�T1 �3 1�?5 Cnilnectint� to Existin r VVater Mains a? Ub ?Ol.i h �� 1 '] i`1Z—'�v^�4� 33 l� 4U Fire !-ftdrants 01.'a3'ZOi4 3� 1? �0 W'ater Sasn le 5tations 13:'?01'�012 �-�i -�cnr n � ' �vrn�.^� vi� Cf f l' t]F I UI2l 11OH E I I i� iarrr �t .Suni�rr�1•.Sruer lmpi•�rr�rirrc•�a�.r. i I('.1 Ifrlhruorf C'nnaiiaz.s ? Uj�ice SIAi�f):ARi)C(3'�SfEZI L'IIUN Sf'I:L']FICAi'I[]ti E][K'Llhqiitil5-171.:Vf:l.[)PIiR,A1iARi]f:I)i'Itt?JE:C`fS ('rn f'rnjrrr.1o.10'??8 R�� isCd Vlar�l� ?ff. 2f1�U �-• oa o0 on S'I'Ah!):1Ni] C[)NSl RUCTIC7N SPEC'IFit'A TIQIti f)(]C'11M�:N"I'S Page 7 of 8 C'1�1 4' OF F[}N I 11'(}R f Ft !i ule�' c�r .$cr�vrlu��•.5'e�rei• In1��rm•c�rlie�rls:1 TC'.1 Ilillirrxxl ('nirrn+n�l.s ?!]��c'e 51'A�lI7�'1H[] C[)fi5 ] Ri:C"]'lt7h SPkiC71�ICA 11[)N i}LH'[:�il:N I'S— DF.VLI.[)YI_R �i1�L'Al�i)lif} Pftf]11_L' I S ['ir} !'r•nj�cr �"nJl1'3"h' Itc� iscd h9ar�lz 2U. ?[1?[1 ry � oa oa o0 STANfJARi] L'U�1S 1 RiiC'l-I()N SP[:L'If'!C'ATIDh' E7(]C'11h1CN'1'S Page 8 of 8 Appendix nr n n� n.,...i..�.:u�....rr ....a.. a�. . . GC-4.02 Su�suriace and F'ln si�al Conditions GC-4.04 �lnder�rni�«d Facilities EE �4-A��—������i;-;�;,Tepta-1 C—e•���� tlt tl^CT'tl^'� . e`LFcrv-i�`..�"'c��3-izii�.-..,-:.-o !',...,...1'.�.,.,o cr prr.�G o�c-c GC-6.�9 Permits and []tilities E�Er.�1 �se�i�,���T GR-01 b0 (]Q Produ�t Reqiiirements ENiI OF SECT1flN 'R h � � � �� � I � -� C'I�f Y Df f�[)H I�'L]K i E f f f(IIE'1' Cr SGIiIICTI�' _)f'11 C'7" I771�J1'(1}'L'Ii1L'71I.i : i TC-I .. f]7��11'QQ{Il CIIIi7�♦(71�J �`1���'[' 5� A'iF7•'If2[l C"(]n'S'I Rl1C`f 1C]fi 5i'EL'IFIL'11I I(lN [][lCl`ylfiti'f'S -[71`.VEiLU1'lik ,'1�GAItIJf_I) Pit{)JE:L"I5 ['in I'rnjerr.l'n.10�':S RC� itic:d hltlrch 2l1. ?6?0 r f10 42 4i ppp- 8317 PROPDSAL Pagc 1 vf 1 SECFIDN 01142 R3 Oevebper Awarded Pmjects - PRDPOSf�L FDRM � LJNIT PRICE BiD Hillwvod Commnns Ii �ffsite Water & S�wer 6idder's Application 3an1 Cona�r�ction 'ihis Bad is submitted 6� the earity nAmed below: elDbEB: L'onvactor ayma to somplete H'aRK far FINAL ACCEPTANCE within CDTTRACT cnmmeocea ro raa �a prarided in d�e Gearnl Coodi�ioas. BY: � � "F17LE: � IIATE: ��] �varksu� d�ys afur thc dr��e �rbcn �r �iVD flF SEC'i"iUf� C�TYOF FOR7 Wpr[rtf STAh'DAltn C�VSTRUCTION SP�CiFltATiDv nOCL1AfENTS- DEVELOPER Aµ'.IRnFn PRp3Ffr5 FOrra L'era0n Ma}.'2.2�t9 00-024i iiWAly0�6H�55_BidPropaw3_ORP Eid Sumnury UNfT I� 1NATER EMPROVEMEP+tTS $Bfi.340.OD UNIT kl: 5ANlTARY SEWER IMPROVEMENTS S1B2.633.OD � � ou�s i? [7AA PREO�"AL31�IC.4"I'1Uti 5"I"A�ff;�1Fti"f Pare I of 2 s�:cTio�v �o �s 1z DAi' — PREQUEILIFICA"1-IDN 5TATEMENT Ea�l� 8idder is re9uired ta cnmplete t)ie infarmation below hy identif��ing tl�e preyualitied co�itra�tors andlor subcnr�tractors ��hom t�iey intend ta utilize fnr tfie major work type(s} ]isted. ��� tf�e "Ma�or 1�'ork T• e'" box ro� ide tlie cnrn lete ma�or ��ark � e and a�iva[ des�ri tian as ro�•ided b• the Water Departinent far ��ater and sewer �irid TPW for pa��in� Major Work Tr�pe Contra�torlSubcantracrar Cnmpa�iy Narne I'requali�cation Expiratia�i Date Water Distrihution. Ue� e�opment. ����r C�.�.S.%YUG�7�'l .(X, G. P. � b/ 31 �a,a, 16 inches and smaller. Sew�r Collection 5vstem. De��clo}�ment. $ inches arid �'�C3�"5e!'" ��5`fY"L.IGfidYI �[7C � t. • P IC�/ aJ� �� s�ttaller. I'lie ui�dersi�ned l�ereby certities tfiat the contractors and!o�� suhcontractors dcscrihed in tf�e table abo�e are �urre�ttly prequalitied fnr t}ie ��•nrk types listed. B10DER: 6 ��r_C�nstr�.�[�ia'1 �C,, �.P. y: Company �Please Print} 5�,�.'� W� (.�]i ta St• 5ignature: • Address ��� — F��_N�-t��� �t�3c �[n� �q T�t�p: pr,��den� CitylStatel�ip (Please Frint} Date: i2 f� 7.� � � CITY pF FpRT WORTH Water & Sanitary Sewer Impro�ements ATCN — Ni4lwood Commons 2 ���e STAh10ARD COf45TRIJCTlON PRE4L1AL1F�CATrOh1 STA'. EMENT - pEVEL�afR AWAR'JE� PROlECfS Form Version Septemher 1, 2015 Cily PYQjeCC NO• 2�z27$ r� � � � n � �, � � � � � � � � uvas i� E] �P PRE[]1::�l.1FiC.�T]D':t ST:7TF��Fl-\T Pa�r Y of Y E�vn o� sECT�o�v an oF FoaT woRrH Water & 5anitary $ewer Improvements ATCN — Hillwood Cammons 2 qfFice STAN�ARD C�NS7RCICTION PRE4LlALIFICATIpN STATEIVENT - QEVELflPER AWARDEO PRp1EC75 FOrm Version Sep[em6er 1, 20i5 Crty Project No.162278 ep as z5 - x COMfAALTORCQMPilAM1F4E W�TH WaRKER'S CQI�APEFI$A7iQld l,4W Page 1 p� 2 1 2 SECTI�N 00 �5 ?.6 CflNTRACTORC�MPLlAAlCE W17'h! W�RKER'5 C�MPEfVSATI�N I.AVII 3 Pursuant t�o �exas �abor Cade Se�tion 4�6.09fi�aj, as amended, Contractar certifies that �t 4 pra! ides work��rrt�nsat�on insurance coWerage fnr al! �f its emplvyees emplayed on City 5 Prn'ect hla. o ctvr f�arther certifies that, pursuant ta Texas Labor �ode, 5ection � a[36.096{h�, as �mended, �t will prowide ta Ciry its subcc�ntra=tor's certificates of �omp�lance w�th 7 uvorkers comper�satian tvVerage. 8 9 CDhITRACTDFi: iQ lI 1� 13 14 �5 I6 17 i$ �4 zc� �� 22 23 �4 �5 26 27 28 29 30 31 3� 33 34 35 36 — �+�'� T7C,.� l-' ��Y: �1.� I t7S Carcip�nY [Please Printj + Sigr�ature: ���� Address l � Title: �� City%5tatejZip tPlease Print] 'r� E s�ATE � F r�x�as C�UN'iY OF TARRANi � � 6EFORE ME� the unde►signed authority, pn this day persqnally appeafed S kn�vvn to rr�e to 6e the �lersnn whpse name is subscribed to the fo ir�g instrument, and acknowl�dged to me that hef she executed the same as the act a nd deed of '[�, �� fpr t#�e purposes a nd cnns��eration thereFn expressed and in the capacity therein stated. GI11�N E1N�ER MY HANE} AAlp 5EAE OF �FFIC� this d�y vf —�.nc�r�,,._.. � �� ,.t•_ _�B � ��MRA f3D�RlG ; " " ^��i ��e Suie o[%orae „� . ';• i' � •' � Comm- ExP� U�+1J/�OZ3 ,�y ,E�: t+�Nary !Ll 13213162� , No#ary Puhlic in and fort e tate of Texas C1TY OF FpRT W�RSH Water & Snn�ry Sewer Improvenaents ,�TCN - Hi�lwpp� [pnrmpps 2 O�nE STANOARR CONSTRL1CTlOH SPECIFiCAT[ON ppCi�MENTS City Proj�rt Alo. 70�27$ Revised April 2, �014 � aaas�6-z CONTRACTDR COMPLIANCE WITH WORICER'SCOfV3PEN5ATIQN LAW Page 2 af Z � 2 3 r, � � ►� rT � I � � � � ENQ OF SECTIDN CITY pF fORT WflRTH WaYe� & Sanitnry Sewer 7mpravements ATCN — Hlllwood Commans 2 af/ice STANDAROCQNSTRUCTIDNSPECIFICA7ION �flCUME1VT5 CityPrpjectNa.102278 Re�ised April 2, 20i4 005243-1 pevelpper Awarded Project Agreement Page ], a� 6 1 sEcrioN ao 5z a� 2 AGREEMENT 3 TH15 AGREEMENT, authorized vn � i3 Z� is made by ar�d between the ❑e�eiaper, 4 liillwoad Alliance Services, LLC, a Texas limited liahility Company, authorized t❑ d❑ business in 5 Texas �"peveloper"}, and CDr1Q�`5er �,G�StYi�[`}�1dr� T� ��-.�? , authorized to 5 do busin�ss in Texas, acting by and thrvugh its duly autharized representati�e, �"Contractar'). 7 ❑e�eloper and Contractor, in consideratian of the mutual covenants hereinafter set forth, agree 8 as foilows: 9 Article 1. WORK 10 Contractor shall camplete all Work as specified or indicated in the Cnntract Documents far #he 11 Project identified herein. 12 Article 2. PR�lECT 13 The prajeCt for whieh the Wark under the Contract ❑ocuments may be the whole ar anly a part 14 is generalEy described as follows: 15 Pu61ic WQter & 5anitar 5ewer !m rovemer+ts to Serve ATCN - Nrllwood Cammans � a ice �ot 4 i5 Slock z 17 CFN:1Q2278 18 Article 3. C�NTRACf TIME 19 3.1 Time is af the essence. 20 All time [imits for Milestones, if any, and Final A�ceptance as stated in the Contract 21 Documents are �f the essence to this Contract. 22 3.2 Final Ac�eptar►ce. �3 The Wark will be complete for Final Acceptance within {� working days after the date 24 when the Contra�t Time commences to run as provided in Paragraph 12.44 of the 25 5tandard City Conditians of the Construction Contract for pe�eloper Awarded Projects. 26 3.3 Liquidated damages 27 Coniractor recognixes that time is of the essence of this Agreement and that Develvper 28 will suffer finaneial loss if the Wark is not completed within the times specified in 29 Paragraph 3.2 a6o�e, plus any extension thereof allowed in aecardance with Article 10 30 af the Standard City Conditions of the Canstructian Cantract for DeveEoper Awarded L:1 Tl' C?F f�[?A7 W[}R � �� Wate� & Sanitary Sewer Improvements R TCfV — NillwoQd CDmmons Z Ofjice S'1 ANI]AK[) L`[)N5"F'Ri1C1'ION SPECIFIC'AT[UN DOCUMEN'15 — D3=VFI.QPER AR'ARL7Ed PROlEC'TS City Preject No.202278 Re4ised 7unc 15.2016 605243-2 �e�eloper awarded Prvje[t Agreement Page 2 of 6 31 Praje�ts. The Contractor also recognizes the delays, expense and difficulties involved ir. 3Z pra�ing in a legal proceeding the actual lass suffered by the De�elaper if the Wnrk is not 33 completed an time. Accordingly, instead of requiring any such proof, Contractar agrees 34 that as liquidated damages for delay (but not as a penaltyj, Contractor shall pay 35 ❑e�elnper 36 ❑allars �$ y for each day that expires after the time 37 speci#ied in Paragraph 3.2 for Final Acceptance until Che City issues the Final Letter of 38 Acceptance. 39 Article 4. C�NiRACT PRICE 40 aeveloper agrees ta pay Contractar #ar performance of the Work in accordance with the 41 Contract �ocuments an arnount in current funds af 42 '�k7� �a7 i'h1��- �i�-T T��.f�M�1 ❑ollars �$ r�-►a�+`e� �7�.� l• N�,►L' ' }�.�,�p S�K' ��E� 43 Article S. C�NTRACT UOCLIMENTS 44 5.1 CONTENT5: 45 A. The Cvntract ❑ocuments which comprise the entire agreement hetween De�eioper 46 and Contra�tar con�erning the Work consist of the fallowing: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form �As pra�ided �y peveloper} 5fl 1j Prapasal Farm jDAP Versionj 51 2j Prequalifieation 5tatement 52 3y State and Federai documents (prajecispecifrrj 53 b. Insurance ACOR❑ Farm{sj 54 c. Payment Band {DAP Versionj 55 d. Performance gond t�AP Version} 56 e. Maintenance 6ond �dAR Versianj 57 f. Power of Attorney for the Bonds 58 g. Worker's Campensatian Affida�it 59 h. MBE and/ar SBE Cammitment Form [If requireda CII Y OF FOf� I' WpRT'H Wnter& Sani[urySewer Impro�ement5 ATCN — Nillwaod Cammans 2 �ffrce 5 iAIV[)ARI? CONSTRUCT[ON SPIC'Ii�IC'A 11C1N [�CIIMENTS — DEVE=i.[)YtiA Ati4'AR[]}"L] PRC]J�:CTS City Project N0.7�2278 Re�•ised Sune ! 5, 2Q] G 00 52 43 - 3 oe�eloper nwarded Project Agreement Page 3 of 5 6� 3. Standard City General Canditians of the Construction Cantra�t far Developer 51 Awarded Projects. 62 4. 5upplementary Canditi�ns. 63 5. Specifications speci�i�ally made a part af the Contract Docurr�ents by attachmerrt 64 or, if not attached, as incarparated hy reference and described in the Tahle of �5 Contents af the Project's Contract Documents. 56 5. ❑rawings. 67 7. Addenda. 68 8. DacumentaYson s�hm'stted by Contra�tar prior to I�vtice af Awart#. 59 7Q 71 72 73 74 7S 76 �yJ 9. The following which may be cieli�ered or issued after the Effecti�e ❑ate ❑f the Agreemen# and, if issued, become an incarporated part af the Contra�t ❑ocuments: a. Notice ta Pro�eed. f�. Field arders. c. Change Drders. d. Letter af Final A�ceptance. CITY �F F(JRT' WOR I H Water& SaRiiarySewe� lmprovement5 R7CIV — NiNwood Commons 2�ffice STANQARI7C'aNSTRUCTIONSPECIFiC'AT10N fH7Ci1MF.NTS—DEVf:I.(]PF�R AWAAF]k=I)PK07ECT5 iityProjertNa.202278 Ete�ised June 16, 2�16 D05243-4 � De�eloper Awarded Projett Agreement Page a of 6 78 ArtBcle fi. INDEMNIFICATI�fV 79 $a $1 82 $3 84 85 8fi 87 88 89 90 91 92 93 94 95 96 97 9$ G.1 Cnntra�tar �o�enants and agrees ta indemnify, hold harmless and defend, at its own expense, the city. its officers, servants and employees, from and against any and all elaims arising out af, or alleged #n arise aui of, the work and serrrices to he performed hy the contra�tor, its officers, agents, emplayees, subcantractars, licenses or in�itees under this contract. This indemnii'itatiQn nra�isinn is specifieallv intended to o erate and be effective e�en if it is alle�ed or pro�en that all ar svme af the damages heint� sau�ht were Gaused, in whole ar in part, by anY act. omission ar ne�li�ence of the city. This indemnity pro�ision is intended ta include. without limita#ioR, indemnity far ensts, expenses and legal fees incurred hy the city in defending against su�h daims and causes af actions. b.2 Cantractar cn�enants and agrees to indemnify and hald harmless, at its awn expense, the city, its off'�cers, servants and emplayees, fram and against any and all lass, damage or destruttion af property of the city, arising out af, or alleged to arise aut of, the wnrk and seniices to be performed by the cantractvr, its afficers, agents� employees, suheantractors, li�ensees or in�itees under this cantract. This 'tndemniiication pro�isian is s ecifi�ali intended ta o erate and he effecti�e e�en if it is alle ed nr ro�en that all ar same of ihe dama�es bein� sou�ht were caused, in whole ar in part,__hv any act, amissian or ne li ence of the cit . 99 Artitle 7. MISCELLANEOU5 10� 7.1 Terms. 1fl1 7erms used in this Agreement are defined in Articfe 1 of the 5tandard City Conditions of 102 the Construetion Contract #vr De�elaper Awarded �rojects. 1�3 7.2 Assignment af Cantract. 1D4 �his Agreement, including all of the C�ntract Docurnents may not be assigned by the 1�5 Cantractar withvut the ad�anced express written consent of the �e�eloper. 106 7.3 Successors and Assigns. 1D7 ❑eveloper and Cnntractar each binds itself, its partners, sucressors, assigns and legal 108 representati�es to the other party hereto, in respect to all �ovenants, agreements and 1�9 a6ligations �ontained in the Contra�t Documents. C'IT'Y f]F F[:)ft i" WORTH Wa[er & Sanitory Sewe� ImprovemeRts A7CIV — HiNwoad Cammans 2 Office SiAN[7ARll CC3N5'1"RUCTION SPI�.('IFIC'AT10N Df]CiIMtiNTS —[]F.VELC3PER AWAADI:I] YRO]�:CTS City Prajetf No.�0a778 Revised lune Ib.2i]IG 0� 52 43 • 5 De�elaper Awarded ProjeC[ Agreement Page 5 of 6 110 7.4 Se�erability. 111 Any pra�ision or part of the Cantract pocuments held t❑ he uncans#itutional, vaid or 112 unenforceable by a court of �ompe#ent jurisdiction shall be deemet! stricken, and all 113 remaining pro�isions shall continue to be �alid and binding upon DEVELOPER and 114 C�NTRACTaR. 115 7.5 Gv�erning Law and Venue. 11G This Agreement, ineluding all af the C�ntract Dacuments is perFarmahle in the State ❑f 117 Texas. Ven�e shall he Tarrant County, Texas, ar the United 5tates aistrict Court for the 118 Narthern ❑istrict of Texas, Fort Worth Di�isian. 119 120 7.6 Authority t� Sign. 121 Cantractar shall attach evidence of autharity to sign Agreement, if ather than duly 1Z2 authorized signatory af the Cantractar. 123 1,24 IN WITlVESS WHEREDF, De�eloper and Contra�tor ha�e executed this Agreement in multipfe 125 counterparts. ��6 This Agreement is effecti�e as af the last date signed f�y the Parties �"�ffective Date"). 127 128 129 i�a 131 132 133 134 135 136 137 C:i [ Y U3- FC)RT W{]RTH Weter& Sanrtory Sewer Impro�ements ATC+v - HiNwoad Commons 1 Rffire 5T"ANI]ARD CONSTRUC"1 fC]N SPECPFiCATIUN LH]Ci]MEtSTS - DEVELC]PI�.R AWARDED PAOIf:C'-I-ti Cify Projert Nv.1�7278 Re�ised June lh. 201G oasza3•s ❑evelvper Awarded Project Agreement Page 6 af 6 Cantra eto r: ❑QVe�O�ef: _:.�. - �.■ �u . ,t .. r. � _ ► . •� : =. -� �� Q �T.�As r.s�^�'� t.�tA�ix�"[ [��4�t � gy: ' By: �Sig rej natu re} .� P�rrx� �lur� i � {Printed a ej Title: eSiderl�- Company Name: ��5i�'►,.� C�i� T�C � L . P. Address: 53a7 w� �ta st. L � � 55� Lfq�VC,}#r�►.I � �Printed Namej Tit{e: � Company name: Address: �� � ►�1 � � . -a ■� �,_, ..r�[ City1'Sta#e Zip: � City/S�a,te Zi • � 11Va Tk � rd I �v � w�.� �7 138 L i3 z� Date �� �z r r Date CETY OF F�FLT WOR7"H Water& Sonitary5ewerlmpiovementsATCN—HrllwaodCommans2 �ffice STANDARD CflN5TRLICTIQN SPECIF1CATfUN ilp( UMFNTS — bEVEL4PER AWARDED PR�IECTS Ciry Projeci Na.702278 Re�ised lune i&, 2�16 $nnd 'Ja. 0?42712 ❑[]Fi213-i PERF041NIINCE BON❑ Page 1 af 3 1 Z 3 4 5 6 r� SECTIDN Op 52 13 PER�ORMANC� B�ND THE STATE QF TEl(AS § � KNOW A« BY 7FIESE PRE5�NT5; C�U�1TY �F 7ARRANT § ���t W�� C'c�natser Cnnstruction TX. 1_.P, , known as $ "Prir��ipal" herein and Bei•kley irlsurance C'a����any , a eQrporate 9 surety{sureties, if mare than one7 duly authorized to do business in the STate of iexas, known as 1� "5uret�' herein (whethetane ar more}, are heid and firmly �ound ur�to the []eveloper, Hiilwoad 17. Al.liance Services. LLC. autharized to do business in Texas j"aeveloper"j and the City of Fort 12 Worti�, a Texas municipal Corpor�tifln ("City"}, in the penal sum af, T�aro ��undi•ed T�venty Eight Thousand. �,3 �iri� 1-futidrrd 5e�ent� Tllree aild tio1100---------------- ppllar5 �$ Z?8.973.04 j, 14 lawful money of the United States, to be paid in Fort Worth, Tarrant Courity, Texas far #he 15 payment of which s�m well and truly to t�e made jain#6y untv the De�eloper and the City as duaf lfi obligees, we hind oursel�es, aur heirs, exeCutDrS, administvators, su��essors and assigns, jointly 17 and se�erally, firmky by these presents. 18 WHEREAS, Qe�elaper and City have entered into an Agreement fpr the canstructian af 19 community facilities in the City af Fort Wnrth by a�►d through a Community Facilities Agreement, 2� CFA Numb�r ���__ and �1 WHER�AS, ihe Principai has entered inta a certain wr�iten cnntra�t with the C7eveioper awarded �2 the �day nf �('��� 20Zi whi�h Contra�t is hereby referred ta and made a 23 part hereof ior afl purpvses as iF fully set forth herein, to furnish all materiais, equipmen# labar 24 and vther aceessories defined by law, in the pr�secutian of the Wark, including any Change 25 ❑rd�rs, as provided for in sdid Contratt designated as Puhli� V�'ater & 5anirary 5e��er imprn�ements tn 2� Ser�e A7-C''ti - f�ill���ood C'ommons Z D1'fice Lat 4. B3ock ?. 27 a. NOW, FHEREFDRE, the condition of this obligat+on is such that if the 28 said Principal shaii faithfully perf�rm it abligations under the C�ntract and Z9 shall in ail respects duly and faithfulEy perform the Work, including Change 3� �rders, under the Contra�t, a�cnrding ta the plans, specifications, and CfT�' OF FORT WQRTH WO[Cr Be Sdn7Cry Sew�r ImpmV[m[nts �yT[N - H�IlWoad Commans 2 QJrfiCe STAN�ARD CITY C�NOf71pN$ - 6EVELOPER AWARDEII ARD1ECf5City C�fy PrajPr[ No.Z02278 Revisad January 31, 2p12 DD 62 I3 2 PERfQRMANCE 86iV❑ Page 2 oi 3 � eantract doeumentS iherei� referred to, and as vvel� during any peripd of � exiens�on of the �ontract tha# may be granted on #he part of the ❑eveiap�r 3 and��r City, then this ohfigati�n s�aH be and hecome null anr! void, otherwise 4 to remain in fulk farce and efFe�t. 5 Pit�UIQED FlfiiTFlER, that if any iegaE actian be filerf on tf�is 8and, venue sl�ali iie !n 5 �arraRt Cou�ty, Texas or the l}nited 5tates District Court #ar the Northern [3istrict af Texas, Fort 7 Wnrth Di�ision. 8 This bond is made and exe�uted in �ornpliance with the provisions oF Chapter 2253 0# 9 the Texas Government C�de, as amended, and afl liabiiities Qn this band shai! �e determined in 10 arcordance with the pro�isians of said statue. 11 !N W�TNE5S WH�REQF, the Principal and the 5urety ha�e S1GfVED and SEALEi] th�s 1z instr�mer�t by duly authorized agents ar�d �fficers on this the �3� __ .day of '�7���yy�f.+Z- 13 - - .. 20�. PitINCIPAL: ���i�l Conatser Coiistructioi� 'i'X,_L.P. � � BY • y�L� �d� 5ignature �� $rack Ht��gins, President (Principal] Secretary Name and �'itle Addr�ss: 53?7 WichiCa 5t. �J 1�d'�J Witness as to PrinCipal Fort lVorth. TX 7G ] 3 9 C:TY 0� FDRi �VORTH wp[e� & SRn+t��y Sewe� +�np�aven+ents arC�V - u�flsvnnd Cp.7irriprs ?�,"rr[• 57ANI7ARD C171' CQ�i�ITIONS- D£VE�DPER AWRRp�p PRDiEC75[:+fy [iIy Arpjpcf No 1�317& Revis ed ! a nua ry 31, 2012 DQ 62 23 • 3 PF�FpRMANCC 80N0 Page 3 oF 3 1 2 3 4 5 b 7 S �'] ATfEST• � W L� Cc.xr�-r— �5urefyj Secretary �� Witness as ta 5urety 511R ETY: Serkley Ir�surance Com�any BY: !���.�„�,�.. ��.I c• Y-�.Ct..� Signature Rob€�i ltorales. Attorne�-in-fact Name and Tit�e Address: 5005 LSJ Freeway, Stiite i500 DaElas, T7C 75244 refephon� Number� 2I41489-00�0 �`Note: IS signed #�y a� pffi�er nf the 5urety Compar�y, ti��re must he on fife a cert�fied extract #rom the by-�aws shnwing that this persan has a�tharity to sign such nbiigatlon. If 5urety's physica3 a�dress is difFerent from its rr�aiiing address, both must �e provided. The date of the B�nd shall nflt be prior to the date the Contract is awarr�ed. Cli� Qf FQP.T WOR73{ �Jvte• � Son�!ory 5ewer 7nspro;rAme:rts a! Crv'-- r+�llsvoQa Ccr.i:ncr., � U,I�:ce STAPJpA�p �ITY C+JNDiTEpNS - D�UELOPEti A�Ve1Rp�D PRO}fCTSCity City Prn�pr* �!n 7L77J7R Rr�nsed lanuary 31, ?4] 2 ����,a ���. oz�z�iz 0o cz =a . � PAY M E 1V7 66 N 6 Page 1 of 3 1 2 3 4 5 6 r� 8 9 z� 1T 12 13 14 15 15 17 SEGTf(]�t DD fs2 14 PAVMENT B�Np THE SiA7'E �F T�][AS C�tJNTY OF TARRANT 4 § ICNOW ALL SY THESE PRE5ENTS: § That we, Cona[ser Cni�stru�tian `f�:�, L.P. , known a5 "P�inCip��" herein, and Berlcley [nsurancc Company a corpordte surety { ar sureties if more than onej, du�y authorized ta do t7usiness in the State rrf "Cexas, icnown as "5urety" i�erein (wheth�r one ar more}, are held and f�rmly hound ut�to the ❑e�eloper. [Hiliwood AIliance 5ervices, LLC}, authorized ta dn busir�ess in Texas "LDe�el�per"j, and the City of Fort Worth, a Texas municipal �arparatian �"City"j, in the penal sum Tr�°n Ht�ndred T�4•ei�l}• �i��9it Thc�usanc�. af �;ine �{ut�dred Se�eiity 1'hre� aiid Vo.'1a4----------------- �altars �$ 2�8,973.D0 _�• kawful money of the tJnited States, t❑ he paid in ��rt Worth, Tarrani CQunty, Texas, for the payment of which sum well and truiy be made jointly unt❑ the De�el�per and the City as dual ❑hliges, we bind ourselves, ❑ur heirs, executors, adminis#ratars, su��essars and assigns, jaintky and se�eralfy, firmly by these presents: 18 WH�REAS, �e�eloper and City have entered into an Agreement far the constru�t'son af 19 community facilities in the City �f �ort Worth, !�y and through a Community Facilities 2fl Agreement, C�A Number �Q�t� and 21 INHER�AS, principal has entered int❑ a tertain written Contract with ❑e�elo�er, 22 awarded the ���. day ❑f �}��rtl��-- 20 Z�_, which Contract is hereby 23 referred ta and made a part herevf for all purposes as if fully set forih herein, to fumish a�l 24 materials, equipment, lahor ar�d ather a�cessories as dPfined t�y law, in the prasecution of the 25 Wark as pro�ided fnr in said Contra�t and designate� as Puhlic �J4'a[er & 5anitarr 5e��•er Impra�eizicE�ts ta 26 5er�'e ATC� - i�ili�•ond Cnmmons 2 �ifi�e Lot 4, C31o�k ?. 27 N�W, TWEREFDRE, T#�E CDNplTIflN ❑F THiS DBLIGRTION is su�h that if Principal shall 28 pay all monies awing ta any (and ali} payment band beneficiary �as detined in Chapter 2253 aF 29 the �exas Gavernment Code, as amendedj in th� prosecution ❑f t�e work under the Contract, CITY OF FQR* W�RT;i water & Sp��tary Sevre� Improvemenrs �1Z[{V - killwooa Cammons 2 Ojfrre STANDARO CIT'.' CDNpPT1pH5 - UEVEiOPER nWAR0Ei7 PROIFCTS Gry �rojerr Mo. T07278 Reti�ised 3anuary 31, 2012 oo�xia-a PAYMfN7 Sa[�!D Paga 2 af 3 1 then #his nt�ligation shall be and become null ar�d v4#d; otherw�se to remain 'rr� full force ar+d � effect. 3 T{�is k�ond is made and exec�rted i� �arripliane� with the pro�isians of Ch2pter 2�53 of 4 the "�exas Government Code, as arr�ended, ant! ail liahilities on this pond shafl he determined in 5 arcordance with the provision5 of said statute. 5 1!W WITNES5 WHERE�F, the Principa! and Se�rety have each S�GNED ar�d SERLED this 7 instrurnen� by c{tify autharized a�ents and offi�Prs on th[s tf�e � �.5. day of $ �� 20�1_. P�fNCiPAL. ATTEST: � • � (A�incipalJ 5ecretary s ■ � ► , WiTness as to PrinCip2! CDnat5er CorzstruCiiar� TX, L.P. BY' ��� , � 5ignature 8ro�k Nuggins. President Name and Titfe Address: 53271�icilita 5t. Fart 1Vart�, TX 7G ] 19 SURETY: Berkle� Fns�irance C:o3i�paiiy Cllv QF fdRr wc]RT�r NRte� (i Sor.rtQ�y Sewe� P�j1,-pJPR1Prl:5 r1TC�'�- 7�ItfWOOC CP7)7fi7pn5 �^J��ce 5 fANpARU CIIY [�Hp1fi�N5 -- 17EVELC]PER AL�InROEfJ PRfy]�CI S City Prniect No. i1i2�78 qeviseo!artuary 31, ?�17 f]0 62 14 3 PAY�IAENT 6{7Hp Page 3 of 3 arr�$r: er- ��c ��` 1 �r � -�� 5ignature a.�-��-�'�,� �5uretyj Secretary ,;�� Witness as Cp 5urety Robbi €�'forales..Attori�ey-in-fact Name and Titie Address: 50D5 LB.1 �reeway. Suite 1540 ballas.7-X 752�4 �elephone Num#�pr: ? 14�984-0�0� � 2 3 4 5 6 7 0 Note: t# signecf by an vffi�er pf the 5urety, there must be an tile a cert��ed extract trom the byiaws showing that this person has authority to sigr� su�h obiigatir�n. !f 5urety's physicai address is different fraFri fts mailing addre5s, both must be pro�ided. �'h� date of the �ond shall not be priar to the date the Cvntraet is awarcfed. ENp �F SECTi01� C�iY p� � ORF W�R7Fi Wa:er i� SaRi[a.ry Sc.�er �mn�pvements �ITCN - rF,ilwuUd Cornrnnns � af; �c r S�FANf3ARp CI'(Y LCNC3�TipNS - pEVFLQpER RWARpEp aR[71E[75 C�ty PfajPCt �VO. 1(i1� 78 Revisnd lanuary 33, 2D1� Band \ o. Q24271 ? ac 6z � s i 1NAfNTENANCE BONp Page 1 of 4 � � 3 4 5 5 7 $ 9 1� ]1 12 13 14 15 �6 17 18 sFcrio�v o0 6z is MAiNTENANCE B�N❑ THE 53'ATE �F'{ExAS § § lCA10W ALL 8Y THESE PRESENTS: CQl1EVTY DF 7ARRAiVT § 7hat we Cn�tatser Coisstruction T`C, L.P. , known as "Principaf" herein and F�erkle�• ]nsurance Compaziy a earparate Surety [sureties, if more than anej duly duthorized #o da business in the State of 7exa5, known as "5urety" herein �whether nne or morej, are helrf and firmly �ound {anto the ❑eveloper, Hii#wvad A1liance 5erviCes, LtC, authorized to do business in Texas ("Deveioper"j, and the City of Fort Wnrth, a TQxas rni�nit:ipal corporatian ("City"j, in the sum �'�•o Hundred T«'eiaiy F.i�ht'l�housar�d, pf �iiie Hui�dred 5e�enty� iltiree aitd �oilUU------------ Dollars [S ?28,97�.a0 ), lawful monay af the Un(ted 5tate5, ta �e paid in Fort Worth, Tarrant Caunty, Texas, far payment of whi�h sum weEl and iruly be matfe jaintly unto the De�eloper and the City as dual obiiges and their successors, we bind oursef�es, aur �eirs, executors, administratvrs, suc�e5sors ar�d assigns, jointly and severatly, firmly by these presents_ 19 WHEREAS, ❑e�eloper and City have entered into an Agreement far the �onstruGtion of 2D community facilities in the City of Fort Worth k�y and througF� a C�smmunity �a�ilities Agreement, �1 CFAj'['��and �� WF#EREAS, the Principai h�s entered inta a certaEn written eontract with the I7eveloper 23 awarded the� day of ��M� _ 2�� , which Contract is 24 hereby referred to arzd a made part hereof #ar all purppses as if fUliy set fvr#h herein, ta furni5h 25 a!i matersals, equipment labor and othQr accessor+es as defined by iaw, in the prasecutton af the �6 Work, including any Work resulting fr�m a duly authorited Change �rder {coile�tively herein, 27 the "Work"y as pro�ided for in Said ContraLt and designated as �uh]ic GL'ater & Sanitaiy 5cwer In�pro�ement5 Z$ to 5�rve ATC'� - Hillwood Commons 2 OFfice Lat 4. 13ln�k 2, and z� C1TY 6F FQRT W�RiH :No�Q� & Sani=ffry.Sewer imp�ovements ATCN - Hi+lwood Cnnimnns 2 pl'ficp STRN[]AftULiTY CUNpIT!UNS - DEVECUPER AL�JARE}fQ PRDfECTS City ProjC[[ No. Ip�278 Rc�ised lanuary 31, 2p12 4Q6219-2 MAINTENAf�lCE 6D\ip Pdge 2 of 4 � WHER�AS, Prfnripal 6inds iiself to use such materials and to so eonstruct the Work in 2 aCcordance wrth the pfans, specif��ation5 and Cantratt []ocuments that tl�e Wvrk is and wifl 3 remain iree fra►rr defects En rnaterials ar warkmanship for and during the period pf iwo t2} years �l after the date af Final Arcep�tante of the Work by the C#ty {"Mair�tenanee Reriod"}; and 5 6 1►1►F��REqS, principal binds itself �o repair or reconstruct the Work in whaie at' in �art �pon 7 re�eiving rsotice fram the De�eloper andlor City of t�e need ti�erenf ar any tirr�e within the S Maintenatice Period. �� xQ NDW THEftEFDRE, t�e c�nditinn flf inis of�ligatlon is s�ch that if Prin�spai shall remedy 11 any defecti�e Wark, for whicta tirrsely natice was pra�ided by Developer or City, to a tvm{�letiv� 1� satisfactory t� the City, then this o�ligation shail }�eeome nul� and voic�; ofherwise tv remain ir� 13 fuff ft�rte and et#est. 14 �� AR(7vlpE�, HpWEVER, i� Prin�ipal shall #a's{ sa tv repair or reconstruCt ar�y timely 1b nQticed defe�tive Wark, it is agreed that the Oe�elvper or City may cause anp and all su�h 17 defecti�e Work tn be repaired and�or reconstr�rcted with a#i associated costs thereof being � g l�ort�e by the Principa! and the Surety under this Ma+ntenanee 8pnd; and T9 2D PR[]VfDE[3 FiJRiHER, ti�at if any legal action k�e fiied Qr� this �ond, ver�t,e shali lie 3n 21 7�rrant Co�nty, Texas ar the United 5tates District Court for t�,e Narthern District of Texas, �nrt 2Z Wortli Division; and 23 �� PRDVI�]Ed F�IRTHER, ti�at tiiis obl�gatiQn shalk be �ontinuaus in nature and suecessive ZS recoveries may t]e had hereon for suCCQssive �]reach�5 r�r:� C�rti DF FOR � yypRiy 4t�ote� & 5en+tcry 3gwerlmprovemenfs A'CY--ltrl�wnorY Cprrrr�;n�g 1 pfj+re 5 fANDA�[7 CTi! [pP�pl7iTj�5 _ pgVEL�PER AL'l7ARp�p PRpi�CTS Retiised lanuary 31, 2b1� C+ty �re1ert No. 1p?2?S DD 62 7.9 3 MAINTENANCE BqNfJ Paga 3 of a I IN WITAfE55 WHEREQF, the Pri�cipaf ar�d the Surety have each SIGNEp and S�AL�D this 2 instrument hy duiy authnrired agents a�d offieers an t�is ihe �� day of � _. � �0�. 4 5 AT7E5i' � ' � (Principal} Seeretary . �J Witness as fo Prin�ipal �ar�vCiPa�: COtiatser CO�istrUCCion TJ�, L.P. SY: �� � � 5ignattsre Brock Huggins, President �tame an[! 7ttle AddresS' S337 W'i�hita St. Fart Watth, TX 76 � 19 SU RETY: 8eritley I3lsuran�e Compar�y A�TE5T 6Y: � d-G..-c.." 7��-�-�--C� 5igr�ature cin• pr i DRt yVOR]�� vVnir• & Sonifory SPwrr imf+mvrrrie�rt� a FClV— F,'rllwovu LC�mmrx+3 ? Q,�f re 5-;�r��n�p r.�'fY CpNaIFIpNS —prVE{pPER AWARpED PRpJECTS Ciry Prajerr.�fa. ld�178 Re�is�� Janudr'f 31. 2Q12 OD 6219 a MAII+fTElVA4JCE 8(7Np Page 4 oF a - - _ _�� ���.,-`�� • [5uretyjSecretary 1 2 3 4 5 b - �i�� W itness as to 5u rety Robbi :�•iorales. Attorney-iri-fact �lame and Titfe Address: SUU� L�3J f rceway, 5iiite i7oo Dallas. T31 77'?�� Telephone Numf�er: 21�1.�989-f1Q00 "Nvte: !f signed hy an a�cer af the 5urety Company, there must be on fi!e a certi�ed extra�t frvm thQ by-laws showing that ihis person has authority to sigr� such ❑bligaiion. If 5urety's physi�al address is different fram its mailing address, both must be pro�ided. 7he date Qf the band shali not be priar ta the date the Contraci is awarded. `I ctrr oF FORrwnRtri avurer & Sanrtnry Sewe� rmprovemenu aTCN - H�7lwoad Commpns 2 0�[e STAiV�ARp Ci7Y CONOiTiONS - DEVELOAER AWARCIE[] PROfEC f5 City Pruje[t No. IOi778 Revised January 3l. 2D12 P01�'�;ft (]I r1T�C]R�iEY' E3ERKLEI [ti5l R:�1{'E CO�TP�,�tiY 1�'ILh�tf�GT�L7�. C7L:LAG1�r�R� vo. B1-7280j-el �`OTfCE,: �[�he �•arnin�� fotirid else�rllere ii7 this Pawer af�,�ttorne} atf-e�ts the �alidity tilereof. P3ease re�•ie�� carefully. Iti.1tiDV�' �'1Li, AR�;'� E3Y 7-[-lESF PRESF..�TS, lhat E3E�EiLL1' ItiSL'RAtiCE CQ�iPA\�Y [lhe "Cai7ipai��"}, a carporation duly e�rganiLed and esistin�� under the laws niihe 5tate of Dela��are. I�a��ir��� its principal nfYice in Grccnwich. CT, has made. constituted �nd �ppointed, and tlUes b}• these presents n�ake, �ansiitute and appoint: Ricrarrlrj J. Rctv�ra; 17ni2 E. Cur�te!!; Saplrr►2ie Hrr►fter: Ruhbi :binrril�s; h'e!!�• .9. Fi'csthrnnk; Ti�trr :blcEwrrir; Jnshr►ri A. Snuirrlrrs; fl!' TlIi7fC �L'IP(IIfL'�i nf':-1 ryu Rr.ck .SL'Y4'!Ct'.i .SIl11lIi1V[.S'1, Iirc. r�J�Drrllrrs, '1'X its lrue and I����f��i .�nnrne}-in-F�ct. t�� si�n its name as suret. nnl� as delinr�ted beln.� ancj tc3 ��ccutc, seal, ackno�+]�d�e and c!c]i�cr an� arid all bonds an� �mdertakin�rs. �+ith the ex�eption nf' Finan�ia] C�uarant� lnsuran�e, pro�idin�� ttiat nn sin�le obli�atinn sfialf exceed Fiftv� �'lillion and (iU11UU L:.S. Doilars (�:.S.�Sf],QOU,000.00�, to tl�e saiilc e�tcnt as if such bonds had hccn diily exerute�l and acknowled�ed by t1�� re!�ularE� ele�ted ot'fi�ers of� the C'on�pany at its principal office in their n4�n praper persons. i l�is Yower af Attortie� shall be cnnstrued and enforced i�i accordan�e �� ith, atid gaverned E�y, tkie la�is of tlze 5tate of �elaw�are. ��ithnut �i�•in�� cffect ta the princi��les of confli�ts �f laws theren£ This Pn�+er of ,�,ttorney is ;ranted pursi�ant to the fallowin�� �•csolutions �ti•hicll �iere diil} and �aEidlr adoptcd at a meetin�� nf�the F3aard nf�Directors ofthe C'ompany ileld oil Jarluai•� 27, ?Old: RES(7LV�ll, cllat, �•ith respect ta the Surct� business uritien b�' Eei'kfey 5urety, the Chairman of the Bnard. Chief L•xecuti�•e Of�icer. President or an�� 1'ire I'r�sident of tl�e Compai�y'. in rnnjunctinn �vith tf�e 5ecretary ni• ai7y .Assistai�t S�cretary are here�� authorized to z�zcirtr po�rrrs of attoi•r�ey aiithori�in� aiid q�faEifyin�� tEie attorne� -in-fact �zamed £herein tn execute bnnds. underfakiil�s. rcco�ni7an�es, nr otlier SLII'�(�5�11�} O�7IE�,8[IC7115 o�i E�ellalf nf tlle Campail�, ar�d cn af'fi� the C[)I'�)OI'$iE' Se�� l7� i�le ConZpany to pa�+�ers C1f attnrnel� ereCu[ed �]ursiianf I�e.reto; �Il� s�id nfticers may� remo�e a��y si��h attnrt3�; -in-fa�t and reGof;e any po��er afattar�le. prcvioiasI} granctd; and f'urther FiE50LVED, that such po�ver oI' lttorne:y Eimits the acts of thnse named sherein to 1he 6onds, f3ndzrtakin��s, re�o�.�ni•r.anczs, nr ather suret�ship nhli��atinns speciti�a{]} named therein, anc� they h��e n❑ aE�thority tn bind the C'nmpan� exce�t in the manner and tn the extent therein statcd: a��d furt}�er RE5[7I.�'FD. that stich pn��er ❑f attnrney re�•okes all pre�'ious pc����rs issucd nn behalf'of tile attorney-in-f'act rlarned; and further 1tE50L�'E�. that che sienatiire af any authorized n#�icer �nd the sea] of thc Co����an� niay be aftixed �iy tacsimile tn an� po��•er niattDrne� or CerIifiCation thereof a�iillnrizin�� the eKecutian ai�d dcli�•ery af a��}' hnnd, undert�kin�, re�o�nizance, ar other suret� ship abligatinn nf the C'Umpany: and such signaiure and seal �+•hcn sa used shall ha��e the same fnr�e and e#fecl as thou�h manually aftixed. The C'�3�ipany may continue tn use far lhe pUrposes herein stated ti�e #acsimile si��nacure o1' any person or pe�•sans �ihn sl�all ha�e been such ofticer nr «tliCerS [�f ihe C�ampan;, not��ithstandiil;� tlle f'aGt thar they n�ay ha�e �eased to be su�h at the ti��e �vhcn such instruinents shall be issiied. iN i�'IT'NE55 Wf�RE�F, the Company hzs caused these p; esents to, bc si� ed and a�rested �}' its a�+prapriate nfnc.ers and i�� corporate seal ]aereuzito af5xed tbis 2nd day c�f June 2Q2� �" �Raro— Atkes� L�3erk1 ° Fnsuran�e Company r' a�' - �£ �, � r ., fi `Y���' $ By �y � 51��1I. � E �� � ;�S ? . ed�rman �e after . t,F �`�aRt � Exe�ut��e Vice Presidaat � 5ecretary , Se ' � resident 5'TATE �F' CU:►Tti E CT�CU'�' } } ss: CQUh'3'�' OF F.ATRFIELD ] Swam to befare me, a IVotary Public i� the State of Cannacticui, L`us 2nd day of �1une , 2020 , by f�a 5. Lcdtrman and fe�ey M. H�f'�er vsha are swom to me t� be the Executi�e Vice President Seerctaiy, and t A Senior Vice Presiden� respe�ti�e�y, 6f PiEIICIBy' IIISiitaLCe CA�32ElV'. MANGTRRY� Pm�;�C� � � �� CD4N�CTECUT UAY CO1.IHS:SS]�?1J E7CPIRE$ -- ""' --' n��iiaa.2o�4 . vcar7� YubIi�, State af Connecticuc CERTTFICATE I, the undersigna� 4ss�ant Secretary nf BERICLEY IItiS[�1t,4,.tiC� L'[}MP.°A"�fY, U� HEHEBY C�:k'I']FY that the fore�aing is a true, :.o*rect and eo¢�pl�te cvpy of't�e oribinal Power of Attnmey; that said Power of Attorney has not �een re�oked or rescind�d ar�d.Fhat-thr, autharity� of tbe Attamey-in-Fa�t set fortlo therein, wha executed the bond ar vndexakin� to which this Power of y�� � � � che is in full forfie and effect as of this date. �'��` �, ❑r�er t�ty' hand dnd seal of the Company, t�is day oi � � �j'a�Z, z � �m ]9l5 � �[ANIARi' VIi1CCIIt �. FDi�e IMP�RTANT N�TICE io abtain i�fvrmatian ❑r make a compfaint: You may cafl Berkley Surety Grvup, LLC and its affiliates fay tetephone for in#orma#ion or #v mak� a �omplaint: BERKLEY SURETY GR�UP, LLC Piease send al4 noti�es vfi claim an this t�ond tv: Ber�Cley Surety Graup, LLC {866y 768-3534 41� Mount Kemble A�enue, Suite 3'�DN Morristown, NJ OT9fi❑ At#n: Surety Claims D�partmsni Yvu may c�ntact #he Texas Department vf Insuran�e tv o�tain irtformatian on companies, �a�erages, rights or cvmplaints at: 1-8D�-252-3439 You may wrfte the Texas Departmer�t of Insurance: P. Q. 6ox '1491U4 Austin, TX 78�14-91�4 Fax: (5'� 2� 475-'� 77'1 Web: htt :11www.idi.sta#e.#x.us E-mail: CvnsumerPrvtection tdi.state.tx.us PREMlUM �R CLAiM DISPUTES: 5hvuld you have a dispuie cvncerning yaur premium or about a claim yvu shvuld cvnta�t yaur agent ar 8erk#ey Surety Group, LLC first. �f the dispute is nvt resol�ed, you may contact the Texas ❑epartment of lnsurance. ATTACH THIS NC7TICE TO Y�LiR B�ND: This notice iS for informativn on�y and does nat become a part ar cvr�ditian ❑f #he attached document and is gi�en tv camp�y with Texas fegaf and regu�atory requirements. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 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 Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 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 Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 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 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection – Inspection carried out by the City to 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting 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; CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: _____none______________________________________________________ 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: __________none___________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : ____________none_________________________ 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- CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all 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 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly 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: CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other 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 7.03 Compliance with Safety Program CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 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: CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 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 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 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. CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised January 10,2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00- 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.102277 Revised April 7, 2014 SECTION 01 11 00 1 SUMMARY OF WORK 2 GENERAL 3 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00- 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.102277 Revised April 7, 2014 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 All Work shall be in accordance with railroad requirements set forth in Division 6 0 as well as the railroad permit. 7 B. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 17 plants, lawns, fences, culverts, curbing, and all other types of structures or 18 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 19 lines, or appurtenances thereof, including the construction of temporary fences 20 and to all other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or 22 private lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of 24 the Work. 25 b. Notices shall be applicable to both public and private utility companies and 26 any corporation, company, individual, or other, either as owners or 27 occupants, whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character 29 resulting from any act, omission, neglect, or misconduct in the manner or 30 method or execution of the Work, or at any time due to defective work, 31 material, or equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the 34 Project to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the 36 Work is not in progress and when the site is vacated overnight, and/or at all 37 times to provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00- 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.102277 Revised April 7, 2014 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 14 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August 30, 2013 SECTION 01 25 00 1 SUBSTITUTION PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for requesting the approval of substitution of a product that is not 6 equivalent to a product which is specified by descriptive or performance criteria or 7 defined by reference to 1 or more of the following: 8 a. Name of manufacturer 9 b. Name of vendor 10 c. Trade name 11 d. Catalog number 12 2. Substitutions are not "or-equals". 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items bid. No 21 separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Request for Substitution - General 25 1. Within 30 days after award of Contract (unless noted otherwise), the City will 26 consider formal requests from Contractor for substitution of products in place of 27 those specified. 28 2. Certain types of equipment and kinds of material are described in Specifications by 29 means of references to names of manufacturers and vendors, trade names, or catalog 30 numbers. 31 a. When this method of specifying is used, it is not intended to exclude from 32 consideration other products bearing other manufacturer's or vendor's names, 33 trade names, or catalog numbers, provided said products are "or-equals," as 34 determined by City. 35 3. Other types of equipment and kinds of material may be acceptable substitutions 36 under the following conditions: 37 a. Or-equals are unavailable due to strike, discontinued production of products 38 meeting specified requirements, or other factors beyond control of Contractor; 39 or, 40 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form (attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit 3 copies of each written request for substitution, including: 8 a. Documentation 9 1) Complete data substantiating compliance of proposed substitution with 10 Contract Documents 11 2) Data relating to changes in construction schedule, when a reduction is 12 proposed 13 3) Data relating to changes in cost 14 b. For products 15 1) Product identification 16 a) Manufacturer's name 17 b) Telephone number and representative contact name 18 c) Specification Section or Drawing reference of originally specified 19 product, including discrete name or tag number assigned to original 20 product in the Contract Documents 21 2) Manufacturer's literature clearly marked to show compliance of proposed 22 product with Contract Documents 23 3) Itemized comparison of original and proposed product addressing product 24 characteristics including, but not necessarily limited to: 25 a) Size 26 b) Composition or materials of construction 27 c) Weight 28 d) Electrical or mechanical requirements 29 4) Product experience 30 a) Location of past projects utilizing product 31 b) Name and telephone number of persons associated with referenced 32 projects knowledgeable concerning proposed product 33 c) Available field data and reports associated with proposed product 34 5) Samples 35 a) Provide at request of City. 36 b) Samples become the property of the City. 37 c. For construction methods: 38 1) Detailed description of proposed method 39 2) Illustration drawings 40 C. Approval or Rejection 41 1. Written approval or rejection of substitution given by the City 42 2. City reserves the right to require proposed product to comply with color and pattern 43 of specified product if necessary to secure design intent. 44 3. In the event the substitution is approved, if a reduction in cost or time results, it will 45 be documented by Change Order. 46 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August 30, 2013 4. Substitution will be rejected if: 1 a. Submittal is not through the Contractor with his stamp of approval 2 b. Request is not made in accordance with this Specification Section 3 c. In the Developer’s opinion, acceptance will require substantial revision of the 4 original design 5 d. In the City’s or Developer’s opinion, substitution will not perform adequately 6 the function consistent with the design intent 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. In making request for substitution or in using an approved product, the Contractor 12 represents that the Contractor: 13 1. Has investigated proposed product, and has determined that it is adequate or 14 superior in all respects to that specified, and that it will perform function for which it 15 is intended 16 2. Will provide same guarantee for substitute item as for product specified 17 3. Will coordinate installation of accepted substitution into Work, to include building 18 modifications if necessary, making such changes as may be required for Work to be 19 complete in all respects 20 4. Waives all claims for additional costs related to substitution which subsequently 21 arise 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August 30, 2013 EXHIBIT A 1 REQUEST FOR SUBSTITUTION FORM: 2 3 TO: 4 PROJECT: DATE: 5 We hereby submit for your consideration the following product instead of the specified item for 6 the above project: 7 SECTION PARAGRAPH SPECIFIED ITEM 8 9 10 Proposed Substitution: 11 Reason for Substitution: 12 Include complete information on changes to Drawings and/or Specifications which proposed 13 substitution will require for its proper installation. 14 15 Fill in Blanks Below: 16 A. Will the undersigned contractor pay for changes to the building design, including engineering 17 and detailing costs caused by the requested substitution? 18 19 20 B. What effect does substitution have on other trades? 21 22 23 C. Differences between proposed substitution and specified item? 24 25 26 D. Differences in product cost or product delivery time? 27 28 29 E. Manufacturer's guarantees of the proposed and specified items are: 30 31 Equal Better (explain on attachment) 32 The undersigned states that the function, appearance and quality are equivalent or superior to the 33 specified item. 34 Submitted By: For Use by City 35 36 Signature Recommended Recommended 37 as noted 38 39 Firm Not recommended Received late 40 Address By 41 Date 42 Date Remarks 43 Telephone 44 45 For Use by City: 46 47 Approved Rejected 48 City Date 49 01 31 19 - 1 DAP Preconstruction Meeting Page 1 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No 102278 Revised April 7, 2014 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. No construction schedule required unless requested by the City. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. No 15 separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be 21 qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for future 24 reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the delivery of the 27 distribution package to the City. 28 The meeting will be scheduled and administered by the City. 29 1. The Project Representative will preside at the meeting, prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 2. Attendance shall include: 33 a. Developer and Consultant 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 39 01 31 19 - 2 DAP Preconstruction Meeting Page 2 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No 102278 Revised April 7, 2014 e. Other City representatives 1 f. Others as appropriate 2 3. Preliminary Agenda may include: 3 a. Introduction of Project Personnel 4 b. General Description of Project 5 c. Status of right-of-way, utility clearances, easements or other pertinent permits 6 d. Contractor’s work plan and schedule 7 e. Contract Time 8 f. Notice to Proceed 9 g. Construction Staking 10 h. Progress Payments 11 i. Extra Work and Change Order Procedures 12 j. Field Orders 13 k. Disposal Site Letter for Waste Material 14 l. Insurance Renewals 15 m. Payroll Certification 16 n. Material Certifications and Quality Control Testing 17 o. Public Safety and Convenience 18 p. Documentation of Pre-Construction Conditions 19 q. Weekend Work Notification 20 r. Legal Holidays 21 s. Trench Safety Plans 22 t. Confined Space Entry Standards 23 u. Coordination with the City’s representative for operations of existing water 24 systems 25 v. Storm Water Pollution Prevention Plan 26 w. Coordination with other Contractors 27 x. Early Warning System 28 y. Contractor Evaluation 29 z. Special Conditions applicable to the project 30 aa. Damages Claims 31 bb. Submittal Procedures 32 cc. Substitution Procedures 33 dd. Correspondence Routing 34 ee. Record Drawings 35 ff. Temporary construction facilities 36 gg. MBE/SBE procedures 37 hh. Final Acceptance 38 ii. Final Payment 39 jj. Questions or Comments 40 01 31 19 - 3 DAP Preconstruction Meeting Page 3 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No 102278 Revised April 7, 2014 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 14 01 33 00- 1 DAP Submittals Page 1 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following Work-6 related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various items bid. No 19 separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 24 from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00- 2 DAP Submittals Page 2 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 d. Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 A. Submittal Numbering 4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner: 6 a. Use the first 6 digits of the applicable Specification Section Number. 7 b. For the next 2 digits number use numbers 01-99 to sequentially number each 8 initial separate item or drawing submitted under each specific Section number. 9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 B. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 C. Submittal Format 36 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37 2. Bind shop drawings and product data sheets together. 38 3. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 D. Submittal Content 45 01 33 00- 3 DAP Submittals Page 3 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1. The date of submission and the dates of any previous submissions 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 E. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 F. Product Data 34 1. For submittals of product data for products included on the City’s Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City’s Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 01 33 00- 4 DAP Submittals Page 4 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 4) Roughing-in diagrams and templates 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational-range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10) Mill reports 7 11) Product operating and maintenance instructions and recommended spare-parts 8 listing and printed product warranties 9 12) As applicable to the Work 10 H. Samples 11 1. As specified in individual Sections, include, but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing, as applicable to the Work 20 I. Do not start Work requiring a shop drawing, sample or product data nor any material to be 21 fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed, materials purchased or on-site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's risk. 24 2. The City will not be liable for any expense or delay due to corrections or remedies 25 required to accomplish conformity. 26 3. Complete project Work, materials, fabrication, and installations in conformance with 27 approved shop drawings, applicable samples, and product data. 28 J. Submittal Distribution 29 1. Electronic Distribution 30 a. Confirm development of Project directory for electronic submittals to be uploaded 31 to City’s Buzzsaw site, or another external FTP site approved by the City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate City 34 representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, 38 Contractor shall submit more than the number of copies listed above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate City 41 representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00- 5 DAP Submittals Page 5 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1 2 a. Shop Drawings 3 1) Distributed to the City 4 2) Copies 5 a. 8 copies for mechanical submittals 6 b. 7 copies for all other submittals 7 c. If Contractor requires more than 3 copies of Shop Drawings returned, 8 Contractor shall submit more than the number of copies listed above. 9 b. Product Data 10 1) Distributed to the City 11 2) Copies 12 a) 4 copies 13 c. Samples 14 1) Distributed to the Project Representative 15 2) Copies 16 a) Submit the number stated in the respective Specification Sections. 17 3. Distribute reproductions of approved shop drawings and copies of approved 18 product data and samples, where required, to the job site file and elsewhere as 19 directed by the City. 20 a. Provide number of copies as directed by the City but not exceeding the number 21 previously specified. 22 K. Submittal Review 23 1. The review of shop drawings, data and samples will be for general conformance with 24 the design concept and Contract Documents. This is not to be construed as: 25 a. Permitting any departure from the Contract requirements 26 b. Relieving the Contractor of responsibility for any errors, including details, 27 dimensions, and materials 28 c. Approving departures from details furnished by the City, except as otherwise 29 provided herein 30 2. The review and approval of shop drawings, samples or product data by the City does 31 not relieve the Contractor from his/her responsibility with regard to the fulfillment of 32 the terms of the Contract. 33 a. All risks of error and omission are assumed by the Contractor, and the City will 34 have no responsibility therefore. 35 3. The Contractor remains responsible for details and accuracy, for coordinating the 36 Work with all other associated work and trades, for selecting fabrication processes, for 37 techniques of assembly and for performing Work in a safe manner. 38 4. If the shop drawings, data or samples as submitted describe variations and show a 39 departure from the Contract requirements which City finds to be in the interest of the 40 City and to be so minor as not to involve a change in Contract Price or time for 41 performance, the City may return the reviewed drawings without noting an exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 01 33 00- 6 DAP Submittals Page 6 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 a. When returned under this code the Contractor may release the equipment 1 and/or material for manufacture. 2 b. Code 2 3 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 4 notations and comments IS NOT required by the Contractor. 5 a. The Contractor may release the equipment or material for manufacture; 6 however, all notations and comments must be incorporated into the final 7 product. 8 c. Code 3 9 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 10 assigned when notations and comments are extensive enough to require a 11 resubmittal of the package. 12 a) The Contractor may release the equipment or material for manufacture; 13 however, all notations and comments must be incorporated into the final 14 product. 15 b) This resubmittal is to address all comments, omissions and 16 non-conforming items that were noted. 17 c) Resubmittal is to be received by the City within 15 Calendar Days of the 18 date of the City's transmittal requiring the resubmittal. 19 d. Code 4 20 1) "NOT APPROVED" is assigned when the submittal does not meet the intent 21 of the Contract Documents. 22 a) The Contractor must resubmit the entire package revised to bring the 23 submittal into conformance. 24 b) It may be necessary to resubmit using a different manufacturer/vendor to 25 meet the Contract Documents. 26 6. Resubmittals 27 a. Handled in the same manner as first submittals 28 1) Corrections other than requested by the City 29 2) Marked with revision triangle or other similar method 30 a) At Contractor’s risk if not marked 31 b. Submittals for each item will be reviewed no more than twice at the City’s 32 expense. 33 1) All subsequent reviews will be performed at times convenient to the City and 34 at the Contractor's expense, based on the City's or City Representative’s then 35 prevailing rates. 36 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all 37 such fees invoiced by the City. 38 c. The need for more than 1 resubmission or any other delay in obtaining City's 39 review of submittals, will not entitle the Contractor to an extension of Contract 40 Time. 41 7. Partial Submittals 42 a. City reserves the right to not review submittals deemed partial, at the City’s 43 discretion. 44 b. Submittals deemed by the City to be not complete will be returned to the 45 Contractor, and will be considered "Not Approved" until resubmitted. 46 c. The City may at its option provide a list or mark the submittal directing the 47 Contractor to the areas that are incomplete. 48 01 33 00- 7 DAP Submittals Page 7 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 8. If the Contractor considers any correction indicated on the shop drawings to constitute 1 a change to the Contract Documents, then written notice must be provided thereof to 2 the Developer at least 7 Calendar Days prior to release for manufacture. 3 9. When the shop drawings have been completed to the satisfaction of the City, the 4 Contractor may carry out the construction in accordance therewith and no further 5 changes therein except upon written instructions from the City. 6 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 7 following receipt of submittal by the City. 8 L. Mock ups 9 1. Mock Up units as specified in individual Sections, include, but are not necessarily 10 limited to, complete units of the standard of acceptance for that type of Work to be 11 used on the Project. Remove at the completion of the Work or when directed. 12 M. Qualifications 13 If specifically required in other Sections of these Specifications, submit a P.E. Certification 14 for each item required. 15 N. Request for Information (RFI) 16 1. Contractor Request for additional information 17 a. Clarification or interpretation of the contract documents 18 b. When the Contractor believes there is a conflict between Contract Documents 19 c. When the Contractor believes there is a conflict between the Drawings and 20 Specifications 21 1) Identify the conflict and request clarification 22 2. Sufficient information shall be attached to permit a written response without further 23 information. 24 25 26 27 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 01 33 00- 8 DAP Submittals Page 8 of 8 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1 2 3 4 PART 2 – PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 9 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 24 1.2 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32 Specification 33 1.3 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation (TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August, 30, 2013 b. All work performed in the TxDOT right-of-way shall be performed in 1 compliance with and subject to approval from the Texas Department of 2 Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between 6 conductors or between a conductor and the ground) shall be in accordance with 7 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following 11 safety features 12 a. Insulating cage-type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the 15 safety requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to Power Company and 20 record action taken in each case. 21 b. Coordination with Power Company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24 lower the lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with 29 OSHA requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA’s Permit Required for 33 Confined Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39 2) Minimum 24 hour public notification in accordance with Section 01 31 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4 during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6 to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9 a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11 will be prosecuted to the full extent of the law. 12 b) In addition, the Contractor will assume all liabilities and 13 responsibilities as a result of these actions. 14 F. Public Notification Prior to Beginning Construction 15 1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The notice 18 shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20 block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22 information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31 A. 32 3) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 4) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer is 36 delivered to all residents of the block. 37 G. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor’s letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August, 30, 2013 3) Date of the interruption of service 1 4) Period the interruption will take place 2 5) Name of the contractor’s foreman and phone number 3 6) Name of the City’s inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad’s 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 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 Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 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 Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 - 1 DAP Testing and Inspection Services Page 1 of 2 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. Contractor is responsible for performing, coordinating, and payment of all 16 Quality Control testing. 17 b. City is responsible for performing and payment for first set of Quality 18 Assurance testing. 19 1) If the first Quality Assurance test performed by the City fails, the 20 Contractor is responsible for payment of subsequent Quality Assurance 21 testing until a passing test occurs. 22 a) Final acceptance will not be issued by City until all required payments 23 for testing by Contractor have been paid in full. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to City’s Buzzsaw site, or another form of distribution approved 37 by the City. 38 39 40 01 45 23 - 2 DAP Testing and Inspection Services Page 2 of 2 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 1) Upload test reports to designated project directory and notify appropriate 1 City representatives via email of submittal posting. 2 2) Hard Copies 3 a) 1 copy for all submittals submitted to the Project Representative 4 b. Hard Copy Distribution (if required in lieu of electronic distribution) 5 1) Tests performed by City 6 a) Distribute 1 hard copy to the Contractor 7 2) Tests performed by the Contractor 8 a) Distribute 3 hard copies to City’s Project Representative 9 4. Provide City’s Project Representative with trip tickets for each delivered 10 load of Concrete or Lime material including the following information: 11 a. Name of pit 12 b. Date of delivery 13 c. Material delivered 14 B. Inspection 15 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 16 perform work in accordance with the Contract Documents. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 01 50 00- 1 DAP Temporary Facilities and Controls Page 1 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No 102278. Revised April 7, 2014 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 40 41 01 50 00- 2 DAP Temporary Facilities and Controls Page 2 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No 102278. Revised April 7, 2014 d. Contractor Payment for Construction Water 1 1) Obtain construction water meter from City for payment as billed by City’s 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 Provide power for lighting, operation of equipment, or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting, and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents 44 01 50 00- 3 DAP Temporary Facilities and Controls Page 3 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No 102278. Revised April 7, 2014 E. Dust Control 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities 32 33 34 35 01 50 00- 4 DAP Temporary Facilities and Controls Page 4 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No 102278. Revised April 7, 2014 1. Remove all temporary facilities and restore area after completion of the Work, 1 to a condition equal to or better than prior to start of Work. 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26- 1 DAP Street Use Permit and Modifications to Traffic Control Page 1 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECT City Project No.102278 Revised April 7, 2014 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Traffic Control 27 1. General 28 a. When traffic control plans are included in the Drawings, provide Traffic 29 Control in accordance with Drawings and Section 34 71 13. 30 b. When traffic control plans are not included in the Drawings, prepare traffic 31 control plans in accordance with Section 34 71 13 and submit to City for 32 review. 33 1) Allow minimum 10 working days for review of proposed Traffic Control. 34 B. Street Use Permit 35 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 36 a. To obtain Street Use Permit, submit Traffic Control Plans to City 37 Transportation and Public Works Department. 38 39 01 55 26- 2 DAP Street Use Permit and Modifications to Traffic Control Page 2 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECT City Project No.102278 Revised April 7, 2014 1 2 1) Allow a minimum of 5 working days for permit review. 3 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 4 Street Use Permit, such that construction is not delayed. 5 C. Modification to Approved Traffic Control 6 1. Prior to installation traffic control: 7 a. Submit revised traffic control plans to City Department Transportation and 8 Public Works Department. 9 1) Revise Traffic Control plans in accordance with Section 34 71 13. 10 2) Allow minimum 5 working days for review of revised Traffic Control. 11 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 D. Removal of Street Sign 14 1. If it is determined that a street sign must be removed for construction, then contact 15 City Transportation and Public Works Department, Signs and Markings Division to 16 remove the sign. 17 E. Temporary Signage 18 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 19 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 20 Devices (MUTCD). 21 2. Install temporary sign before the removal of permanent sign. 22 3. When construction is complete, to the extent that the permanent sign can be 23 reinstalled, contact the City Transportation and Public Works Department, Signs 24 and Markings Division, to reinstall the permanent sign. 25 F. Traffic Control Standards 26 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION 38 01 55 26- 3 DAP Street Use Permit and Modifications to Traffic Control Page 3 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECT City Project No.102278 Revised April 7, 2014 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 3. Section 31 25 00 – Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised July 1, 2011 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised July 1, 2011 B. Modified SWPPP 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 66 00- 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 34 35 36 01 66 00- 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5. Clearly and fully mark and identify as to manufacturer, item and installation 4 location. 5 6. Provide manufacturer's instructions for storage and handling. 6 B. Handling Requirements 7 1. Handle products or equipment in accordance with these Contract Documents and 8 manufacturer’s recommendations and instructions. 9 C. Storage Requirements 10 1. Store materials in accordance with manufacturer’s recommendations and 11 requirements of these Specifications. 12 2. Make necessary provisions for safe storage of materials and equipment. 13 a. Place loose soil materials and materials to be incorporated into Work to prevent 14 damage to any part of Work or existing facilities and to maintain free access at 15 all times to all parts of Work and to utility service company installations in 16 vicinity of Work. 17 3. Keep materials and equipment neatly and compactly stored in locations that will 18 cause minimum inconvenience to other contractors, public travel, adjoining owners, 19 tenants and occupants. 20 a. Arrange storage to provide easy access for inspection. 21 4. Restrict storage to areas available on construction site for storage of material and 22 equipment as shown on Drawings, or approved by City’s Project Representative. 23 5. Provide off-site storage and protection when on-site storage is not adequate. 24 a. Provide addresses of and access to off-site storage locations for inspection by 25 City’s Project Representative. 26 6. Do not use lawns, grass plots or other private property for storage purposes without 27 written permission of owner or other person in possession or control of premises. 28 7. Store in manufacturers’ unopened containers. 29 8. Neatly, safely and compactly stack materials delivered and stored along line of 30 Work to avoid inconvenience and damage to property owners and general public 31 and maintain at least 3 feet from fire hydrant. 32 9. Keep public and private driveways and street crossings open. 33 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34 satisfaction of City’s Project Representative. 35 a. Total length which materials may be distributed along route of construction at 36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37 Project Representative. 38 01 66 00- 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 31 32 01 66 00- 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 2 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. 33 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 33 34 35 36 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25 that may hinder or disrupt the flow of traffic along the roadway. 26 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27 junction boxes and inlets. 28 4. If no longer required for maintenance of erosion facilities, and upon approval by 29 City, remove erosion control from site. 30 Clean signs, lights, signals, etc. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 1. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PAT 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City, that the required Work has been completed. Upon receipt 25 of this notice, the City, in the presence of the Contractor, will make a subsequent 26 Final Inspection of the project. 27 4. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 40 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection 1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2 E. Supporting Documentation 3 1. Coordinate with the City Project Representative to complete the following 4 additional forms: 5 a. Final Payment Request 6 b. Statement of Contract Time 7 c. Affidavit of Payment and Release of Liens 8 d. Consent of Surety to Final Payment 9 e. Pipe Report (if required) 10 f. Contractor’s Evaluation of City 11 g. Performance Evaluation of Contractor 12 F. Letter of Final Acceptance 13 1. Upon review and acceptance of Notice of Project Completion and Supporting 14 Documentation, in accordance with General Conditions, City will issue Letter of 15 Final Acceptance and release the Final Payment Request for payment. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 29 01 78 23 - 1 Operation and Maintenance Data Page 1 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Schedule 23 1. Submit manuals in final form to the City within 30 calendar days of product 24 shipment to the project site. 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27 approved by the City prior to delivery. 28 1.6 INFORMATIONAL SUBMITTALS 29 A. Submittal Form 30 1. Prepare data in form of an instructional manual for use by City personnel. 31 2. Format 32 a. Size: 8 ½ inches x 11 inches 33 b. Paper 34 1) 40 pound minimum, white, for typed pages 35 2) Holes reinforced with plastic, cloth or metal 36 c. Text: Manufacturer’s printed data, or neatly typewritten 37 38 39 01 78 23 - 2 Operation and Maintenance Data Page 2 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 d. Drawings 1 1) Provide reinforced punched binder tab, bind in with text 2 2) Reduce larger drawings and fold to size of text pages. 3 e. Provide fly-leaf for each separate product, or each piece of operating 4 equipment. 5 1) Provide typed description of product, and major component parts of 6 equipment. 7 2) Provide indexed tabs. 8 f. Cover 9 1) Identify each volume with typed or printed title "OPERATING AND 10 MAINTENANCE INSTRUCTIONS". 11 2) List: 12 a) Title of Project 13 b) Identity of separate structure as applicable 14 c) Identity of general subject matter covered in the manual 15 3. Binders 16 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17 b. When multiple binders are used, correlate the data into related consistent 18 groupings. 19 4. If available, provide an electronic form of the O&M Manual. 20 B. Manual Content 21 1. Neatly typewritten table of contents for each volume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone number 23 b. A list of each product required to be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor or installer 26 2) A list of each product required to be included, indexed to content of the 27 volume 28 3) Identify area of responsibility of each 29 4) Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Include only those sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 1) Clearly identify specific product or part installed 36 2) Clearly identify data applicable to installation 37 3) Delete references to inapplicable information 38 3. Drawings 39 a. Supplement product data with drawings as necessary to clearly illustrate: 40 1) Relations of component parts of equipment and systems 41 2) Control and flow diagrams 42 b. Coordinate drawings with information in Project Record Documents to assure 43 correct illustration of completed installation. 44 c. Do not use Project Record Drawings as maintenance drawings. 45 4. Written text, as required to supplement product data for the particular installation: 46 a. Organize in consistent format under separate headings for different procedures. 47 b. Provide logical sequence of instructions of each procedure. 48 01 78 23 - 3 Operation and Maintenance Data Page 3 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued 1 a. Provide information sheet for City personnel giving: 2 1) Proper procedures in event of failure 3 2) Instances which might affect validity of warranties or bonds 4 C. Manual for Materials and Finishes 5 1. Submit 5 copies of complete manual in final form. 6 2. Content, for architectural products, applied materials and finishes: 7 a. Manufacturer's data, giving full information on products 8 1) Catalog number, size, composition 9 2) Color and texture designations 10 3) Information required for reordering special manufactured products 11 b. Instructions for care and maintenance 12 1) Manufacturer's recommendation for types of cleaning agents and methods 13 2) Cautions against cleaning agents and methods which are detrimental to 14 product 15 3) Recommended schedule for cleaning and maintenance 16 3. Content, for moisture protection and weather exposure products: 17 a. Manufacturer's data, giving full information on products 18 1) Applicable standards 19 2) Chemical composition 20 3) Details of installation 21 b. Instructions for inspection, maintenance and repair 22 D. Manual for Equipment and Systems 23 1. Submit 5 copies of complete manual in final form. 24 2. Content, for each unit of equipment and system, as appropriate: 25 a. Description of unit and component parts 26 1) Function, normal operating characteristics and limiting conditions 27 2) Performance curves, engineering data and tests 28 3) Complete nomenclature and commercial number of replaceable parts 29 b. Operating procedures 30 1) Start-up, break-in, routine and normal operating instructions 31 2) Regulation, control, stopping, shut-down and emergency instructions 32 3) Summer and winter operating instructions 33 4) Special operating instructions 34 c. Maintenance procedures 35 1) Routine operations 36 2) Guide to "trouble shooting" 37 3) Disassembly, repair and reassembly 38 4) Alignment, adjusting and checking 39 d. Servicing and lubrication schedule 40 1) List of lubricants required 41 e. Manufacturer's printed operating and maintenance instructions 42 f. Description of sequence of operation by control manufacturer 43 1) Predicted life of parts subject to wear 44 2) Items recommended to be stocked as spare parts 45 g. As installed control diagrams by controls manufacturer 46 h. Each contractor's coordination drawings 47 01 78 23 - 4 Operation and Maintenance Data Page 4 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 1) As installed color coded piping diagrams 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 38 01 78 23 - 5 Operation and Maintenance Data Page 5 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS City Project No. 102278 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24 City’s Project Representative. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Accuracy of Records 30 1. Thoroughly coordinate changes within the Record Documents, making adequate 31 and proper entries on each page of Specifications and each sheet of Drawings and 32 other Documents where such entry is required to show the change properly. 33 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 2. Accuracy of records shall be such that future search for items shown in the Contract 1 Documents may rely reasonably on information obtained from the approved Project 2 Record Documents. 3 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 4 information that the change has occurred. 5 4. Provide factual information regarding all aspects of the Work, both concealed and 6 visible, to enable future modification of the Work to proceed without lengthy and 7 expensive site measurement, investigation and examination. 8 1.10 STORAGE AND HANDLING 9 A. Storage and Handling Requirements 10 1. Maintain the job set of Record Documents completely protected from deterioration 11 and from loss and damage until completion of the Work and transfer of all recorded 12 data to the final Project Record Documents. 13 2. In the event of loss of recorded data, use means necessary to again secure the data 14 to the City's approval. 15 a. In such case, provide replacements to the standards originally required by the 16 Contract Documents. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 21 2.2 RECORD DOCUMENTS 22 A. Job set 23 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 24 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 25 B. Final Record Documents 26 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 27 the City 1 complete set of all Final Record Drawings in the Contract. 28 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 MAINTENANCE DOCUMENTS 7 A. Maintenance of Job Set 8 1. Immediately upon receipt of the job set, identify each of the Documents with the 9 title, "RECORD DOCUMENTS - JOB SET". 10 2. Preservation 11 a. Considering the Contract completion time, the probable number of occasions 12 upon which the job set must be taken out for new entries and for examination, 13 and the conditions under which these activities will be performed, devise a 14 suitable method for protecting the job set. 15 b. Do not use the job set for any purpose except entry of new data and for review 16 by the City, until start of transfer of data to final Project Record Documents. 17 c. Maintain the job set at the site of work. 18 3. Coordination with Construction Survey 19 a. At a minimum clearly mark any deviations from Contract Documents 20 associated with installation of the infrastructure. 21 4. Making entries on Drawings 22 a. Record any deviations from Contract Documents. 23 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 24 change by graphic line and note as required. 25 c. Date all entries. 26 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 27 e. In the event of overlapping changes, use different colors for the overlapping 28 changes. 29 5. Conversion of schematic layouts 30 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 31 ducts, and similar items, are shown schematically and are not intended to 32 portray precise physical layout. 33 1) Final physical arrangement is determined by the Contractor, subject to the 34 City's approval. 35 2) However, design of future modifications of the facility may require 36 accurate information as to the final physical layout of items which are 37 shown only schematically on the Drawings. 38 b. Show on the job set of Record Drawings, by dimension accurate to within 1 39 inch, the centerline of each run of items. 40 1) Final physical arrangement is determined by the Contractor, subject to the 41 City's approval. 42 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 1 ceiling plenum", "exposed", and the like). 2 3) Make all identification sufficiently descriptive that it may be related 3 reliably to the Specifications. 4 c. The City may waive the requirements for conversion of schematic layouts 5 where, in the City's judgment, conversion serves no useful purpose. However, 6 do not rely upon waivers being issued except as specifically issued in writing 7 by the City. 8 B. Final Project Record Documents 9 1. Transfer of data to Drawings 10 a. Carefully transfer change data shown on the job set of Record Drawings to the 11 corresponding final documents, coordinating the changes as required. 12 b. Clearly indicate at each affected detail and other Drawing a full description of 13 changes made during construction, and the actual location of items. 14 c. Call attention to each entry by drawing a "cloud" around the area or areas 15 affected. 16 d. Make changes neatly, consistently and with the proper media to assure 17 longevity and clear reproduction. 18 2. Transfer of data to other Documents 19 a. If the Documents, other than Drawings, have been kept clean during progress of 20 the Work, and if entries thereon have been orderly to the approval of the City, 21 the job set of those Documents, other than Drawings, will be accepted as final 22 Record Documents. 23 b. If any such Document is not so approved by the City, secure a new copy of that 24 Document from the City at the City's usual charge for reproduction and 25 handling, and carefully transfer the change data to the new copy to the approval 26 of the City. 27 3.5 REPAIR / RESTORATION [NOT USED] 28 3.6 RE-INSTALLATION [NOT USED] 29 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION 38 39 01 78 39 - 5 DAP PROJECT RECORD DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Water & Sanitary Sewer Improvements ATCN – Hillwood Commons 2 Office STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No.102278 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application 1 ��� ����� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: Apri109, 2021 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. Classsification Manufacturer Model No.National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K.Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. *33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged)ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged)ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged)Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32")ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) *33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. *33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. *33 05 13 Manhole Frames and Covers Western Iron Works Bass & Hays Foundry 300-24P 24" Dia. *33 05 13 Manhole Frames and Covers McKinley Iron Works Inc.WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) *33 39 10 Manhole Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" *33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc.ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc.48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious *E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc.Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner)Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 *E1-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior)ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: 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. Updated: 11/08/2021 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: 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. Updated: 11/08/2021 Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) *33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. *33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. *33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc.Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) *33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" *33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co.AWWA C150, C151 *33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co.AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc.D025LTP02(Composite Body)2" Sewer - Pipes/Concrete *E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc.ASTM C 76 *E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 *E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL It 95 M h l , 98 P p ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP)Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe Group Thompson Pipe (Flowtite)ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) *High-density polyethylene pipe Phillips Driscopipe, Inc.Opticore Ductile Polyethylene Pipe ASTM D 1248 8" *High-density polyethylene pipe Plexco Inc.ASTM D 1248 8" *High-density polyethylene pipe Polly Pipe, Inc.ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: 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. Updated: 11/08/2021 Sewer - Pipes/PVC* 33-31-20 (7/1/13) *33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle)SDR-26 ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" *33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" *33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034 D-1784 etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, In.c Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc.SDR 26 ASTM D3034/F-679 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp.SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO SDR 26/35 PS 115/46 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) *Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA)Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form *Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp.EX Method ASTM F-1504 F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe,ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc.Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe Triple Wall Advanced Drainage Systems (ADS)SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72" Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co. Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N H-14276N H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc.#406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 05/10/11 Tapping Sleeve (Stainless Steel)Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel)Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: 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. Updated: 11/08/2021 Water - Combination Air Release 33-31-70 (01/08/13) *E1-11 Combination Air Release Valve GA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts 1" & 2" *E1-11 Combination Air Release Valve Multiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" *E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works)WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc.DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp.DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc.Mechanical Joint Fittings AWWA C153 & C110 *E1-07 Ductile Iron Fittings Griffin Pipe Products, Co.Mechanical Joint Fittings AWWA C 110 *E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153 C 110 C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No.National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: 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. Updated: 11/08/2021 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255)AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247)AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller *E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" *E1-26 Resilient Seated Gate Valve M&H 4" - 12" *E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co.Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co.Mueller 42" & 48" C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co.AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co.16" RS GV (SD D-20995)AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co.Clow RW Valve (SD D-21652)AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co.Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts 4" - 12" *E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) *E1-30 Rubber Seated Butterfly Valve Henry Pratt Co.AWWA C-504 24" *E1-30 Rubber Seated Butterfly Valve Mueller Co.AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co.AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson)AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) * From Original Standard Products List 5