Loading...
HomeMy WebLinkAboutContract 57117-PM1CSC No. 57117-PM 1 �{�RT ��RTH p��ECT n��vvAL �a�z THE ��NSTRUCTIUN [3F PAVING, DRAINAGE, UTILITY, & STREET LIGHTING IMPRUVEMENTS F�R BAILEY PARI� PHA5E 3 fPRC Rerord No. 21-0U77 City Praject ltiv. 103491 FLD No.3�i14-02a�4�1-1D3491-E07�$5 �ile No, i'V-�7$9 X File ltio_ X-27013 Mat�ie Parker Da�id Covke Maydr City Manager Christopher P. Harder, P.E_ DireGtar, Water Departrnent Wi�liam ]ohnson Director, Transpartation and Public Warks Depart�7ei�t Prepare� fvr The City of Fart Worth Pelatan Land Salutions 4$4Q Hiltwaad Parkway, Suite 250 Fart Wnrth, Texas 76177 (817� Sb2-335� Firm 1��. 122�7 OFFICIAL RECORD CITY SECRETARY FT. WORTH, T7( $,��� � � i an c�u no 57"A\�L]ARll C[]NS'i'Rli(:'f'IC)Iti SPI:L'IE�ICATIC]N D()C;l!MLNTS sEcT�o� oa oo io 7'A$1.� QF CONTENTS DEVEI.QPER AWARDED PRaJECTS Di�ision DO - General Conditions Page 1 of 5 Last Revised AA-�--�-�� n� rs�� 99-� �-�3 9�9�8�9 �0 41 Od Sid Farm �41d212614 �� 42 43 Pro osal Foi�'n Unit Price 05J2212019 nno�� �� n.t �n-.,�z� ��n�rn g�_q��. nn in�� �0 45 12 Pre ualification State�nent QgID112015 nn�n c �,� nz�n��,n d0 45 2f Cnntractor �Cam tiance with Workers' Com ensation Law Q41{1212014 nn�n c _mm� n4���4 OQ 52 43 A rrccmcnt a��i ��2a i� (]{) bl 25 Certificate af Insurance a71a1120] 1 a� b2 ] 3 Pcrformance Sond 0 t131120 ] 2 �0 b2 ] 4 Pa ment Bond fl 1/31/2012 �� fi2 I 9 Maintetiance Band 0113112fl 12 nn9 ���n,n� i i i i�T nno ��no �� OD 73 10 Standard � ity Conditions af the Cons[ruction Contract for De�elaper p 111012fl 13 Awarded Pra�ects Di�ision Q1 - General Re uirements Last Re�ised � 1 11 04 Summary of Work ]�12012U 12 O1 2S DD Suk�stilution Procedures 0813012D13 Ol 31 19 Precanstruction Meetin fl$13�12D13 nt z�, �n�, n�in�T �1 32 33 Preconstruction Video 0813D120I3 dl 33 00 Submittals 0813fl12013 41 35 13 S ecial Pro'e�t Procedures 0813fl12013 D1 45 23 Testin and Ins ectian 5�rvic�s 031201202� O1 SQ fl0 Tem ora Faciliti�s and Controls D710112fl11 O1 55 26 Street Use Permit and Modifications to Traffic Control 0710112U1 I 41 57 13 Storm Water PaliutiUn Pre�ention Plan 0710 1120 1 1 41 b0 0� Produ�t R� uircments D312U12020 O1 b6 flfl Product Stora c ans� Handlin Re uircmcnts 44.�4712014 O1 70 00 Mobilixatio�i and Remobilization D410712U14 O1 71 23 Constnictivn Stakin 0�10712414 O1 74 23 Cl�anin p41a712014 4l1 77 19 Closcaut Re uirements �41071201 � �] 78 23 � eratian and Maintenan�e Data 041(]71�014 O] 78 39 Pro�ect R�cord �ocuments Q41�71201� CI1'Y (]F FUR7' 44'OlZ7'ki $ailey Park �'hase 3 STANLIARL] C�?ti5'rRliC"I'lON SP�('[h[CATIDV i]OCUME:vTS DEVELaPER AWARDEU PR07ECT'S City Yrojc�t No. Re�ised Niarch 20. ZU2� on no aa 5'fA�lDARL] CC3N5'I'RL;CT[ON SPP.CIFICA'I'1L]N DLIL'UM[:N'CS Page 2 of 5 Technical Speci�cations which ha�e heen modified by the Engineer specifically far this Pro,ject; hard copies are ineiudet! in the Pro,�ect's Contracf Docunnents Nnne Teehnical Speci�catians listed below are 'r�cluded far this Praject by reference and can be Wie.vedJdownloaded frorn the City's wehsite at: h it p:11 fo rtwo rth texas. �o�ltpwlca n tra c tor sl ❑r https:llapps.forhvo rthtexas.�o�IPro j ectResourresl Division 02 - Existin Conditions n�� coio,..:..a c;.a no,,,,.i:.;.,,, n�� (]2 41 i 5 Pa�in �Lcmaval Division 03 - Concrete Last Re�ised ����� „'�9-1-� a21D2i2a 16 D3 3� DO Cast-In-Place Concrete i212412 0 1 2 03 34 i 3 �antroiled Low 5tren th Material CLSM) 12J2��'2U 12 03 34 16 �oncrete $ase Material fo�� Trench Re air 1212U12U 1 Z 03 80 0� Modificatians tn Existin CRncrete Structures 1212a12Q12 Ui�ision ZG - Electrical 2fi Q5 00 Comrnon Work Results for Electrical l 11z212o13 26 Q5 1Q Demnlition f�r Electrical S stems t212 412 0 1 2 2f� U5 33 Ra�cways and Boxcs for El��trical Systcros 12i2Q12[�12 2b a5 43 C]nder >round ���cts and Racewa s for Elcctricai 5 stcnas �710112611 2b d5 50 Comrrsunications Multi-Duct Canduit D212b12U16 ❑i�isinn 31 - Earthwork 31 10 Ofl 5ite C�earin izizaizai� � i �� i � I11174Mf112 �o � i�� �� n i r�o��nn r z �-1-�4-99 � n i r�o����n i z 31 25 00 ErQsiori and Sediment Cantrol 1212U12U12 11_'2��nn �$ , � nr�z 31 37 {]a Ri ra 1212Q12U12 Di�ision 32 - Exterior Im ro�ements 32 U 1 17 Permanent As ]zalt Pa�vin Re �-8-1--�� 32 Ql 29 Cancrcte Pa�in R� air 2') 1 l 72 Flo,.;t,]o 17�na !'..,.roao �� :32 I L 29 Lime Treated Sase Courses ?�� ro,.,a„} -r.a�fo,� n��o r��,,.�o� '2'f 4 l Z7 7; ,:.i Troat� Cnil Cta1,:l;�or �-r . CiTY OF FORT WORTH STANUAFiD COIvSTRL'CT3�N SPECiF[CATiOy i]OCL!{VIENTS - DEVELOPER AWARDED PAOIE;CTS Re�ised March 20. 262a � zi2a�2o i 2 Y 7 ���_��R, 7 1 212 412 0 1 2 l'717,� RI�R1z 1212D12D 12 �-?-��A�9-�� n4 r��� F3ailey Park 1'hase 3 (:ity Project ho. ❑0 0(1 [}0 S'I'AVDAAIIC'UNSTRL%C"i'lOh SP�CIFICR7'10� DOCU�ui�N'1"5 Page 3 of 5 32 f 2 f G As halt Pa�itt 1212012fl 12 z���� , � nY-r,�;� 32 13 13 �oncrete Pa�in 1212flIZQ 12 32 13 2fl Concrctc 5id�walks, Dri�ewa s and Barrier Free Ratn s 0610512Q 18 32 13 73 Concrete Pa�in r 7oiiit Sea�ants 12120120i2 � ��h , � n�zi�n t � 32 16 13 Cnn�r�te Curb and Gutters and Valle C'futters 1 Q1051�Q 1 G 32 17 �3 Pa�cment Markin s 1112212a 13 �S} i i �n���7n i 1 �� i����znni� �� i � r��z��n i � �� t � �� r�z�� n i � x�� �� 32 9l 19 To soif Placement and Finishin af Parkwa s t212412012 32 92 13 H dra-Miilchin�, Sccdin�, and Soddin 1212�12012 Z'1�� Tr.,�� ..«.] CA�..L_.. . �..�.� �� Ui�ision 33 - []tilities 33 O1 3Q Sewcr and Maiihole Testin � ]212�12a12 33 O 1 31 Closcd Circuit Tele�ision CCTV Ins ection 4 310 312 0 1 6 � ��ry i � ���z��n � � 2'z� � � ���zi�n i � 27� i����z��ni� x2�nn t�7� i���r�z��ni� z2 r�P n��ni�T�ni i 33 fl4 4fl Cleanin and Acce tance Testin of Water Mains 0 2105120 1 3 33 �4 50 Cleanin of Scwcr Mains 1212012fl12 33 D5 10 C]tili Trench Excavation, Embedment, and Backfill 1 211 2120 1 6 33 Q5 12 Water Line LowErin 1212�12012 33 05 13 Frame, C'o�cr and Grade Rin s— Cast Iron fl 112212[} 1 b '2'Z fl�c ,�o n, �'To.,�.�v;� 33 �5 14 Adjustsng Manhales, Inlets, Val�e Boxes, and �ther Structtxres to 1212D124I2 Grade � ��,,..»o:a ►x��ro_ .,�„ts� ��12{i�� 33 45 17 C'oncrcte Col�ars 1212�12a12 "11�0 �---- 7']Mf�zl'1f117 Z2�T T,,.,.,al i� v.- riS.,sv 17MI�z17(117 zz�z i �����i�n» zz�� i �r��z��nn s �z�T - — n�it�� 33 OS 26 []tili MarkerslLocatars 1212U12[]12 33 OS 3fl Locatian of Existin [7tilities ] 212 012 0 1 2 33 11 05 Bolts, Nuts, ar�d Gaskcts 1 2120120 1 2 � �-�-z-�o �� 33 ] 1 1 1 ❑uctile lron Fittin s I212 012 0 1 2 33 I 1 12 Pol �in i Chloridc {PVC] Pressure Pi c 111t512018 33 l 1 13 Concrete Pressurc Pi e, Bar-Wra �d, Stccl C linder T e 1212012U12 Z Z�T � 7 �7zz�cv�cv,z�7T, , 7, 33 I2 10 Water Ser�ices 1-snch to 2-inch D211412U17 C1TY Uk FC7HT W'C7FLTf 1 f3aiiey Park Yhase 3 STA1tiDAKf] CONS`f[ZL:CT[QN SPECIFICATI0�1 I}OCUMENTS I}EVELOPER AWARL]Ell Y�UJE{:TS City Project No. Ae�iscd March 20, 2020 00 fl4 QO S'I'AVDARD (:ONSTRUCTiOIti SPECIF1CATi[JN DUCi1MElv'I"S Page 4 flf 5 �� i � i��yi� n i � 33 i 2 26 fLesilient Seated Gate Valve 121201�012 -? 2� 1 7 M�z!'711 1"] 33 12 Z5 Co�nection t� Fxistin Watec Mains 0210612DI3 77� - � ����z��ri, � 33 12 40 �ire H drants 4 1 10 3120 1 4 33 12 50 11Vatcr Sam lo Stations 1 212 0120 1 2 Z 2�� n�C � Tvm�v-�.--�s 2'Z�� 1 ^1 I'T�R!'711,� 7'2�Z 1 1,� 1 '1 !']�,� :J3-�}.t-t.� t "1 I']�,y, 33 31 2� Pol �in 1 Chloride PVC: Gra�it Sanita Scwcr Pi e Ob11912a13 n„i.,.,;.,.,3 1"h1...-:.�o ro�rc•Z r�i.,�a.� or.,�io nr�:,;... c.,.,:+.,.R, co..,o.. Z�� Z�r :.s.�oz i�r��z��ni� �� i����z«n�� zz�� i�n�zi�ni� 33 31 50 Sanita Sewer Ser�ice Cnnnectinns and Service Line U412b12U13 z�� z�no s����zr7n�� 33 39 1� Cast-in-Placc Concrcte Mannoles 1212012D12 33 39 2� Prccast Concretc Manholes 1212U12U12 z ��e �� � z�vn �-?E���fi }� 33 34 �D E ox Liners for Sanitar Sewer Structures 1212012�12 33 41 3D Reinforced Concrete Storm Sewer Pi clCulverts D710 1 120 1 1 �-�--4�-i--�� , � r��� Z2�yl t7 11�12�7�15 22� 1�M�z17117� 7`2�,11, Cl.,r+o,7 C't�:-.�-. Tlr.�ir.o (]7If11�T7llS 1 i2�� Tro....�� (1'1If11�T7111 1 33 49 10 Cast-in-Plac� Mazillt�lcs and Junction Boxes i?12U12�12 33 49 20 Curb and �� fnlcts 1212U12012 33 49 4� Storm Draina e��eadwalls and Win walls U71U112U11 C'ITY Of F'OR'C WURTFI Sasley Park Phase 3 STANI].Altll CpNSTFiI:CTIUN SYEC[F[CATIOV DOCUMEVTS L]EVtLpPER AWAAI76D PRU]GCTS City Project Na. Re�•iscd March 2�7, 2Q20 {�{} �}�� {�t� 5'I'AV[?ARD C'i]NSTRUCT[Olti SPEC[FICA7'lOy I7OCll�iGNTS Page 5 of 5 Appendix F's�4:a� �.,.i.,�..;i:.,, ..ri .,..a� ��4.�� '�3�'a5kli zic��.�'ikEr3�-�B3�i�-16Hrs 6�-4:04 CmaaEi�Fe�3}�-�i-1-k�}Q$ E��.9f - ���+����.,,�o .,�� C��.nr_ n ae' 'r., z.,,� u� n e,a n• ❑+o.......:�o r.,.,,.,i:.,.,..a ocT�r.,'�r�.v�'r`a-Tzr�--rfv`r"rrc�xvirsiccr-uu�inoaaz�:rrcrprr.c-c�vrrr�rrrarncc ��'�11 ��i g-B-�ri��8.ir t"�£�° �ri"'����'Qt�-1-�t�e5 6E�.�����R�� GR-D 1 60 a� Product Requircrnents ENO (}F SECTI�N C:ITY C]F� FUfLT WC)RTI [ 13aifey Park Yhasc 3 $TANI]ARI] CONSTRUCT[�N SPECIFICAT[ON DOCUMENTS DEVELDI��R AWARp�F] PRO]ECTS (:ily Yraject Nn. Rc�is�d March 2U, 202� SECTI�N 06 4] 00 — P�QPDSAL DEVELOPER AVdAR�EI7 CDNTR�CTS This praposal rriust not be removed from this book of Cantract �o�uments. T4: PRaP�SAL FDK: DRAINAGE & UTILITV IMPR4V�M�NS PRU]ECT NAME: BAILEY AARK Pl-IASE 3 F1LE NO. W-2789 CITY PR�JECT Na. 1 a3491 In�ludes the furnishing af all materials, equipment and labor for the installation ❑f inedian openings, left turn lane, water & sanitary sewer impro�emenfs and all necessary appurtenances and incidcntal work to pravide a camplete and ser�iceable projeci designated as: PAVI1vG, DRAINAGE, UTiLITY, & STREET LIGHTI1�iG IMPRQVEMENTS T� SERVE BAILEY PARK PHASE 3 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, ha�in� tharoughly examined the Contract �o�uments, including plans, speciai contract documents, the Technica� Speci�catians listed in this contract, the site of the prnjeci and understar�ding the amount af work tQ be done, and the pre�ailing �onditians, hereby proposes to do alf the work, furnish all labar, equipment and ma#erial except as specified to be furnished by thc City, which is �ecessary ta fuliy compiete the work as pra�ided in the Plans and Cantract Documents and su6�ect to the inspection and appro�al af't�ie Director of the Uepartment ❑f Transportation & Public Works af the City of I�art Worth, Texas; and binds himself upon acce�tance of this PropQsal to execute a contract and furnish an appro�ed Perfvrmance B�nd, Payment Bc�nd, Maintenance Bond, and sUch ather bnnds, if any, as may be required by the Contract Dn�umenEs far the performing and completing nf the said work. Contractor proposes to do the wnrk within the time stated and for the follawing sums: Furnish and install, including all appurtenant work, complete in place, the f'oliawing items- PART B - PRD�'�SE1L (C:ont.} After ac�eptance af this Proposal, the unciersi�ned will execute the formal contract and will deli�er ar� approved Surety Band and such other bonds as required by the Contract Docurr�ents, for the faithful performance nf'the Cantract. The atta�hed bid security, if req�aired, is to became the praperty of the I3c�eloper. The successful bidder shall be reqUired t� perfQrm the wor�C in accard with these �antract doc�ments and the te�hnical specifications a�ailable in City of Faf-t Worth's Project Resnurces website site (https:lla�p�s.fnrtwc�rthtexas.�o�IProiectResourcesl) and incarpnraced hereirz and made a part hereaf for all purpnses. k�age I nf 2 The undersigned assures that its employees and applicants for empl�yment and those of any labor ar�anizati�i�, subcontractors, or emplvy�nent agcncy in either furnishing ar referring ert3ployee applicants to the undersigned are nnt discriminated against as pr�hibited by the terms of City Ordir�ance No. 727$ as amended by City flrdinance No. 740�. Tlie F3idder agrees to begin canstruction within �--�.(� �_ cworking days after �ssue of the work order, and to complete the contract within L�' (� j workin� days after heginning construction as set forth in the written work arder to furnished 6y the Dwner. I{we} acknowledge recei�t of the fallowing addenda Lo the plans and specifications, all of the provisions and requireme�ts �F which ha�e E�een taken into cansideration on preparation of the foregoing hid: Addendum itio. ] {lnitials) .4ddendum No. 3 (Initials) Addendum Nn. 2{lnitials} Addendum No. 4(Initials) Respectfully su�mitted, Name of Contractor By: (Signature) ,1 - } .�. � `i �;• _., -,1�-� (Printed Name} Title: � �Ik..i�`.�� �" ��T Campany Name: Wri ht Construction Co. In� Address: 6�1 W. Wall St Grape�ine, TX 7b�5I _ Email: www.wri htcost,cam � Telephane: $17-4$1-2594 Pa�� x or 2 pp 42 d3 bAl' - BID PROPO SAL Page I af 4 sEcnoH oa a� a3 �e�eloper Awarded Prajects - PROP�SAL �DRM UNiT PRICE BID Bidder's Applicatian Proje�t itrm iuformation Biddc�s Proporal Bsdlis� Item Spe�iiscation ilnit of $�a [7Nt Pncr Bid Value Ha. �°�F� Sec�ion No. Measw�e Quantity UNIT I: WAi�R IMPRbYEARENTS 1 83'11.U�41 8" Water Pipe 33 11 12 _ LF _ � 6�2A5 $48.OD �$299.764;60 �2 3372.3Q03 8" Gate Val�e •• 32 12 2� �_ _ EA 15 $�.a36.OQ �$3d.525.D0 3- 3372.O�D1 �ire Hydrartt wlfi" Gate Valve -f T - f 33 1� 4D EA R fi�$5,8DT�00 �$34.842.Ofl .__.._. . _ _ .._ _ _�.._._ .. _ _.._. �.. • - --4 . 3312.2003 1" Waier Service 33 12 10 _ EA 143 _�1 fi85_0a � 5240,955,R� �� 331221�3 1 912" Water 5ervice ---�• — 33 i2 1Q � EA 6� S2�d34 _� ____ $14,604.Oa �6 3312.2203 2"Water Service � - - - -- -- 33 12 1 Q � FA _ 2 _ $2,878_fl0 � --$5.75�.D[} W._._.___ �. _..__.._ - � � 33t 1_�D1 Du[:tile Iran Wafer �ittings wlRestrain[ 33 i 1 11 TON 7 ,_ $9.465;d0. _.$56_255.�a g 0249.11'f8 4"-12" Pressure Plug a2 41 'i4 •F EA _ _ 3 $374.00 _T_ 52�S22.U6 g 3312.[T117 Connection tv ExisUng 4"-i2" liUater Main 33 12 25 EA _--- 4,�2L500.R� f__$1a_OOD.Q6 1D� 9999.fl024 Autvmatic Flush Valvg. __ 33 12 2�_ � EA 2�i7x345.U0 � 514,690.0a __31 - 33U5.41Q9 Trench Saiety f �v. -•-_ Y 33 �5 1a ,6.245 51,60 � 38,,245.60 12 - - - �- _ 13- —_.- — � _14 , �_ f � r� _ .. ______ is- _ — - i� -- --- _— �_. --- - -- --- ia-- - -- ----- ---- - is _ --- - 20 -- -- �- — --- __-- xa -- �� - �?'.� _..._�__�_...� , ... 24 � �.-- Z5 � �-- • •--• - - -- 2fi - _.-_ --- 27 _..� -- - ---• - - -- -•• -•..... � 28 _��— _-- — 29 T ^ _.� — -- -- _ ao --- ---- _._� 39 � -- _ � 32 "_- - � — - - -- -- -- 33 �� -- __ .�_ --- --- - -- 34 — — ---- 35 F - - - - --_. _.._ 36 _�~ � � _.__. -- ST---- - _ •- 38 39 4D 41 -- A2 43 44 A5 TatAL UNIT !: ATER IMPiZ�VEMENTS $728,550.U0 CTFY DF FOR7 WORTH S'CANpnR� CDNSTRIICiIDN SPECfR1CATIDN oOCU�Cl9'i'S - OEVELOP6R AWAkfl[� PRO]ECi'S pp q2 qy Hai3�y P�rk Yha�a 3 llsiliiieR &d Form Vcrsioei Hfay 22. 7019 GO 42 41 pAp-pIpPRQPpSAL Pagc 2 of4 SEC710N DD 42 43 C?e�e[oper Awarded Pr�Jects - PROP05AL FaRM UiV1T PRICE BIE3 Bidder's Application Project Itsm infaanation Biddets Propasal Bidlise Item 5peci5cadan [Init o£ ��d U�'t price Hid Vs1ue Oescriplion Secqon No. Mcasure Qwaptity TVa. UNI� 11: SAN1 ARY SEWER �MP YE ENTS � 3331.4115 8" Sewer Pipe •- 33 3'f 20 � LF 4,fi51 $55.4a $255,SD5.Up �.__ . . .. __,R_.._.. . _ ._. �.�- - • -- -2- - 3339.1DD1 4' Manhole � --- -�- 33 39 20 � _ EA _� 30 � $3,116.OQ , $93,480.40 -3 --- 3339.10�2 4' Drop l�9anhale --- ---• 33 39 24 � EA . � $4,374.OQ $4,374.�0 J._4J 3339.90�3 4"Exha f]gpth Manhoke - . •- • 33 39 20 VF 81 �$1 J9,60 �$16.119.0� � 3339.AD01 Epaxy Manhnle Liner � 33 39 60 � VF 15 ___ �386.00 � 55.775.Oa .._.. .__ .______ . �. - •- • _. - - - �fi 9999•0001 C55 Encasement fnr Lltility Pipes __ 60 00 U� LF 3'10 $101, �0 _�31.31D.:flU ? 3331.3141 4" Sewer Sen+ice _�• 33 31 50 EA � 114 _$1,572,DD .$179,2fl8.D0 g 3331.3201 6' Sewer 5ervice _. ...�._ - 33 31 54 � EA� __, z _ E2�06.0� ._ _$5,4�2.00 9 9999.D4a2 Cannect to ExisYing Sanitary Sewer � 0� 00 00 EA 4 J_ $1,398 Dfl �_$?,596 OU ..�p 33U5.�109 Trench 5afety _ 33 �5 10 LF _ 4,651 - -$1.Q4 �._ ��651.40 1 i� 33D1.fl402 Pos!-CCTV Inspection 33 01 31 � ! LF � 9.3Q2 _$1.D0 �$9,302�4� �12� 33D1.Q161 M�nhade Var.uum 7'estirtg __ ,_ _ 33 01 3a� � EA� 31 ___ $732.U0 �$4,69�2.40. _ 13� ��,_ --- 14 45 - 16� -- _ .� --�- •-f7 - -�•- - --- --- -•-- - ---- - -18 __..._ .�__ __ _. -- --- _19- _ ....--- - ` _-- --- - 20 __ _ -21 _.r..T. . - -z��. — • --- - ---- -- .� - - -- - -- 23 - -� - - - �2q� _ 25 -- .�_ � - - W _�.- --_-- -- �� - _ T .�--• �....- - - --- -- - 29 � - -- - -- 3p _ _ _- --- _- � •---- 31 �' _'� --- - - -- --- __...T_ 32 �_ _- --- 33 --- ----- - 34 __. --�.�_ - - — 35 T --- - - -- ---- ._... — 38 � --- ---- _ 37 38 39 -- - 40 41 42 - 43 - - -- 4.4 45 IFNpTII: S 1TARY SEHfER IMPROHEMEHTS $615,124.f14 crrr aF roxr wanTx S7ANLIARO CON5TIt[1C.'fiON SPECfFICAITON f)OCIJMENfS - DEYEL6PFR AWA'ft�0 1'kOlECTS � 92 93 ���h, y�.y pb� 3 �tilisia Bid Form Varsiox 1�S�y 7.2.2919 0o ax aa DAP - ef� PRQP(15AL Pagc 3 af4 secnasV oa ax 43 Qe�eloper Awarded Projects - PROPOSAL FOFtM UNIT PRICE BID Bidder`s Appli�ativn Praject item infoxmation Hidders Pmposal Bidlist Item Specification LTnit of ��d U�n ��� Eid Value Qescxiption Seciion Na. Measure Quantity S�o. UNiT Ifl: DRAIFEAGE IhM1PRbYE ENi 1 3341.�4U9 48" RCP, Class II I 33 41 10 LF � 233 ---- 5216.Dfl S5D,328.Dfl 2 � 33d7.U4�2 42" RCP, CI855 III - - - - - 33 41 1� �F � i.057 � $18Q.�� _ $1'90,26�.OD �T 3341.0308 3fi" RCP, Class IH 33 4'k ta� F�F � 4F .,_.. $739.U0 .$5�838.00 4 3341.�3�5 33' RCP, Ctess li1 --- ----- 33 41 10 _-- �.� _-•.._ 59 $1Z2.Ua ... $7,198.D0 �5 � 3341.03U2 3fl' ftCP, Class lil -- -- 33 43 1D � LF 75 �$1D5.06 .. $4,675�UQ fiT 33d1.b2�827' RCP, Cless ill �� T 334] i0 LF� _987 �.�87.00 �85,869.QD 7 33d1.0�05 24' RCP. Class tl! ^ �~-- 3349 70� �LF �10C11 J.. 581=� �$87A81.p6 8 33R1.Q209 2f" RCP. CEass III � 33 41 9p -� ` t�F � 303 . �73.QQ __$22,919.�D 9 33di.1241 5'x3' Box Cu�vett 33 41 10� �LF _ -_.191 �279.�D ____ $53,289A� jpf 3349.5fl01 1Q' S!d Curb Inlet � 33 49 20 EA -- 11 _$6 s44.b� $79,D84.� 11 � 3349.5D�2 15' Sid Cur� lnlet T 33 48 20f EA __8 �_57,956.D0 __ �47,73fi.DU �.12-- • 3349.5003 20' Std Curb inlet� �---- _ -- -' 33 49 2D T EA _. 'f $i �439.�0 $'f 1.499_�U 13 3349,T�O4 4' Drop inlet � - -- 33 49 2Q� _ EA_ --_� - $S,fi48.06 $11,29Y.OU 34 33d9.40D1 4' 5tol'rn Junctian Bax 33 49 1fl � EA 7�$d,888.00 _$'.�4,2fl2.� 1§ 33d$.00D2 5' Storm .f unr.t�on Bax 33 49 1 � � EA 4 _$B,A2fi3OQ _ 525,7Q4 _a0 1fi� 3349.0403 6' Storm Junctlnn eox 33 49 10 �A 1 �7,923A� $7,923.UD �17 9999.042348" 5laping Headwall aa no oa EA 1 $4.443.d0 $�L,4C13.00 1g 9999_DU�S 24" Slaping Headwall � 0{] OD EA 1 32.5?6.00 $2,57fi.00 19 8999.Q�7 5'x3' Slopdng Headwall � 0� �fl EA 7 $6,1fi3.00 $6,1f3-00 2p 9999.0010 Rema�e & Dispose Existing h6eadwaA 00 00 00 L5 ---•• 2 $8,5S7.aa $17,79k.04 21 8999-Odx1 A" Concrete Flume 00 6U �a SF _ 1662 _._ $i 1.00 $98,�82.Q0 22� 3137.4142 Large S�one Riprapi Dry _ ___�� __ 31 37 D6 5Y _ 205 $'110 fl0 �$22�55D.40 _. _ � �__ � -...� _ --- _ - 23 3471 Afl41 TrafflC Cantrol 34 71 13 �_ M� , 1�$2NT50_Qd ._.�_.. '•-_ �_--- 24 3305.U1�9 Trench 5�tety J�_. 33 d5 � 0 _ LF 3888 __. _.$� A� _$3t888.U0 25 - _ _ ._._ -- 2B ------ - _ - -- - -- - - 27 �_ - - •• - _ . ._._ � .- 28 - - -- - _ -- � _ �. --- _� -� -. 30 f �.._.__... T - - 31 � �-� 32 � � �..�._ __- .�._ 33 �f _�__ �_ geG � � _ - - - - 35 _ ---- ss _ .-- 37 38 39 4U - 41 42 - 43 d.d 45 TDTAL LINiT IEI: I7RAINAGE IMPR VEMEHT5 $786,803.00 Cfl'Y DF FORT WDitT�l STnHi]ARd C�NSTRUCTSON SPtiCIFfCATpH [H7CiR�iFNf'S - aEVELUPER AWA1tbF.17 PROTECf'S 00 42 A3 6ai1ry Peri Pheu 3 illiliiies 9id Form Vcrsion May 22. 7019 fl64243 DAP - RfD FiLOPD3AL page 4 oTa s�cnow ao az aa De�eloper Awarded Prajects - PROPOSAL FORM LINIT PRICE 61D Bidder's Applicatian Pmject hem informetioa B;aee[�s Proposa� lisi Item Specifieation llnit oi Hid ��� Pri�� Sid Value Description �e� �o. �s� Quamity Na. Sdd Sammary L�N1T I: WATER INIPR�VEM�MTS $726,550.04 LlNIT II: 5ANfTARY SEW�R IMPRflVEMENTS $515,124.Ug TDTAL. UNIT ill: ORAINAGE IMPRC7VEMENTS $786,803.� TofAl Canstructio¢ SW �2,i28,471'.DQ Th6s Bid ia m6raitted by the entity named helew: -� SIi1DEIt: 8Y: Wright Canstructiab Co., ina 64] W. Wall St. Grspeviaa Teaac 76d51 T1TLE: f DATE: ���� 7�Z� Coutractor �grees to cumplcte WORK far FINAI, ACCLPTANCE within dp world�p dsya aTter the dwte when tde CpN'1'ltACT commences to run ss pravided ia the General Candiriars. END OF SECTION CTPY pF FIXlT W�RTH STAN�ARS] CDNSTRifCTIOTi 5PEC�'1CAl'ION I]OC'i3MENT5 - UEV£LOFER AWARI]Eo PRQ1EtT5 00 4Z 43 9ail�y Park Plasc 1 L�ililia Bid Form Version May 22.2019 Of] 45 13 hAI' PkF.QIfAI.IFiCAT10N 51 ATI;Mf�.N7" PaKe [ of i sECT�a�v au as �z DAP — PRFQUALIFIC�AT[QN STATEMENT Each Sidder �s requircd to camplete the information belaw by identifying thc prequalif ed contractors andlor subcontractors wliom they inte�id to utilize for the major work type(s} listed. In thc "Majnr Work Ty�c" b�x pra�ide tlie complete major work type and actual des�ription as pro�ided by the Watcr Department for water and sewer and TPW for ua�in�. Majar Work Type Water and Wastewater New De�elnnment Qbcn Cut ContractorlSubcontractor Company Name Wright Constnzction Company, Tnc Prequalification Expiratian Date 413fl12�22 The undersigned hereby certifies that the contractors andlor suUcontractors described ii3 the ta61e abo�e a��e cunentfy prequalified far the work types iisted. BIDDER: Wri�ht Constructian Co., Inc �ifll W. WaII St �irape�ine, TX 75051 �`- DATE: . , _� -.. , - � $ °RY a o,� QEB ❑ONAL�S�N � -7� } ..]�. � ;3� �;'A ' �`,* Notary Pub{ic, 5tate ef rexas *' � = Camm. �xpires �112412Q25 � "••.....- � ''T� �n� Notary IQ 11970986 - �rr��aa--�-^-�- - END OF SECTI�N CITY OF FQRT WqRTH STAtdOAR� CDPFSTRLICTION PRE4l1ALfFICATION STATEMfA1T— OEVEEpPER AWAR�E� PROlECT5004512_Prequalifi�aiion S[a[ement 2015_OAP Water, VtilitieSWrightCGnstru[[ipn form Versivn Sep[ember 1, 2015 Oa4526-1 C�NTRACTOR COMPLEANCE WITH WORKER'S COMPENSATIQN LAW Page 1 a# 1 I �a SECTIDN OQ 45 26 C�NTRACTOR C�MPLIANCE WITH WORKER'S CpMPEN5RTIQN LAW 3 Pursuant to �exas Lal�or Code 5ectian 4Q5.D96�a�, as amended, Contractor certifies that it 4 pro�ides worker's compensation insurance ca�erage far all of its employees emplayed on City 5 Pro�ect Nfl. 103491. Contract�r further certifies that, pursuant to Texas Labor Cade, Section 6 406.fl96{f�}, as amendecl, it will pravide ta City its su6cantractor's certificates of �ompliance with 7 warker's compensation co�erage. 8 CONTRACTOR: �7 F[i� 11 12 13 14 15 z6 17 18 19 2D 21 22 �3 24 25 26 z� 28 29 3� 31 32 33 34 35 Wri�ht Canstruction Co., Inc Campany 501 W. Wail 5t Add ress gy; f'' , �.. ��1��;��. �Pfeas r' 5ignatu re: Grapevine, TX 75051 Title: i���k_�� i1'�� `�_�- City�State��ip (Please Printj THE $iATE QF TE7CA5 COLJNTY Of TARRANT § § BEFpRE ME, the undersigned authority, on this day persanally appeared � ��� .. . �-- , known to me to be the person whose name is subscribed to the foregaing instrument, and a�knawledged to me that helshe executed the same as the act and deed of ;',<t, •_,.. . � . _. �_� _�,�, ;�, .-.. �:'.. ,'. for the purpvses and consideration therein expressed ancf in the eapacity therein stated. GIVEN LINDER MY HAiVQ AND SEAL OF ❑FFICE this l'�-� day af , 2D;�! � —�_ , V,, •_,� =�P�Y Au �.. ❑EB DOI�AL�SD�J ' ` � � � . ' .' -' `- , ...,� -�'- ' � ,,,:. �*_ � r�o�ary Qu�i�o, s�ate orrexas Notary Pubiic in and for the 5tate of Texas �•.��'y ComYrm. Ekplres 0112d12{125 ''r'oF;�'` t�otary �D ��s7osssE b OF SECTI�N �., CITY OF FORT WORTH STAfdQAR� CONSTRIJCTION SPECIFICATION �OCUMENTS Re�ised April 2, 2�14 Bailey Park Phase 3 City Project No. 1�3491 005243-1 pe�eloper Awarded Prajert Agreement Page 1 af 5 1 SECTI�N OQ SZ 43 Z AGREEMENT 3 THIS AGREEMENT, authorized an I,-x �: .;. .< �- is made k�y and between the be�efoper, ❑.R. 4 Harton-Texas, LTD, authorized to do business in Texas ["Developer"}, and Wri�ht Construction 5 Co., Inc , authorized to d�o 6usiness in Texas, acting hy and #hrough its duly autharized 6 representati�e, �"Contractar"j. 7 Developer and Contra�tor, in �onsideration af the mutual co�enants hereinafter set farth, agree 8 as follows: 9 Article 1. WORK 1a Contractor shall camplete all Work as specified or indicated in the ContraGt bocuments for the 11 Praject identified herein. 12 Artitle 2. PROJECT 13 The praject for whi�h the Work under the Contraet Documents may be the whole or only a part 14 is generally des�ribed as fallows: 15 Baile Park Phase 3 15 Citv Proiect Na. 2Q3491 17 Article 3. CONTRALT TIME 18 3.1 Time is af the essence. 19 All time limits for MilestQnes, if any, and Final Acceptance as stated in the Cantract 20 ❑ocuments are of the essence to this Cantratt. 21 3.Z Final A�ceptance. 22 The Work will !�e complete for Final Acceptance within � 60 } work':ng days after the date �3 when the Contract Time commences ta run as provicfed in Paragraph 12.04 ❑f the Z4 Standard City Conditiflns of the Construction Contract for De��laper Awarded Prajeets. 25 3.3 Liquidate� damages z5 Cantractor recognizes that time is of the essence af this Agreement and that Developer 27 will sufFer financial loss if the Work is not completed within the tim�s specified in �8 Paragraph 3.2 abo�e, pfus any extension thereaf allowed in accordance with Article 10 Z9 of the Standard City Conditians of the Construction Contra�t for aeveloper Awarded 30 Projects. ihe Contractar also recognizes the delays, expense and difficulties in�ol�ed in CITY QF FqR7 WpRTH Bailey Park Phase 3 S7ANOARQCpN5TRl1CTION SPEClFICATION DOCIJMEHTS — QEVELOPER AWARDE� PRpJEC75 City Prajeet No. 103491 Re�ised lune 16, 2016 aosza3-7 �eveloper Awarded Project Agreement Page 2 a# 5 31 32 33 34 35 35 pra�ing in a legal pro�eeding the actual fass suffered by the De�elQper if the Work is not completed on tirne, A�cardingly, instead of requiring any such proof , Cantractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Qevelaper One Thousand bollars �$1,Q�O.dQy for each day that expires after the time spe�ified in Paragraph 3.Z for Final Acceptance until the City issues the Final Letter of Acceptance. 37 Articfe 4, C�N7RACT PRICE 38 Qe�eloper agrees to pay Contra�tor far performanee of the Work in accordance with the 39 Contract Qo�uments an amaunt in current funds af �wo Miflion �ne__Hundred Twenty Eight 4❑ Thousand Four Hundred Se�ent Se�en and �p 1p(� Qollars �$2,128,477.00j. 41 Article 5. CONTRALT DQCUMEfVTS 42 43 44 45 5.7 C�NTENTS: A. The Contra�t pocuments which comprise the entire agreement between Developer and Contractor �Qncerning #he Work consist of the following: 1. �his Agreement. 46 2. Aftachments ta this Agreement: 47 a. Bid Form [As provided by oeveaoper} 48 1� Proposa! Form {�AP Version) 49 2J Prequalification 5tatement 50 3y State and Federal documents �project specrfrrJ 51 i�. Insurance ACOR� Form(sJ 52 c. Payment 6and ��AP Version] 53 d. Performance Bond �aAP Version} 54 e. Maintenance Bond �DAP Versionj 55 f. Power af Attorney for the Bonds 56 g. Warker's Compensation Af�ida�it 57 h. MBE and�ar SBE Comrnitment Form �If required} 58 3. 5tandard City General Conditians Qf the Construction Contract far Developer 59 Awarded Prajects. CITY OF FORT WORTH 6ailey Park Phase 3 STAN6ARD CONSTRUCTION SPECIFICATIpN pnCUMENTS — aEVEL�PER AWAROEO PR01ECT5 City Praject Nv. 1�3491 Re�ised June 16, 2�16 tl05243-3 Oeveloper Awarded Praject Agreement Page 3 of 5 5a 4. 5upplementary Canditions. 51 5. 5pecifi�ations specificalfy made a part of the Contract ❑ocuments by attac�ment 52 or, if not atta�hed, as incorporated by reference and descriE�ed in the 7able of 53 Cflntents of the Project's Contract Documents. 64 6. Drawings. 55 ri� 57 68 69 7❑ 71 72 73 74 7. Addenda. 8. Documentation s�abmitted 6y Contractar prior ta Natice of Award. 9. The following whi�h may be deli�ered ❑r issued after the Effecti�e ❑ate af the Agreement and, if issued, become an inc�rporated part af the Contract ❑ocuments: a. Nati�e to Proceed. b. Field �rders. �. C{�ange Orders. d. Letter of Finai Acceptance. 75 Article 6. INtiEMNIFICATI�N 76 77 78 74 80 81 82 83 84 85 f:�y 6.1 Contra�tor cn�enants and agrees ta indemnify� hold harmless and defend, at its awrs expense, ihe city, its nfficers, servants and emplayees, from and against any and all e#airns arising out of, or alleged #o arise aut af, the work and ser�i�es to 6e performed by the contractvr, its ofFicers, agents, employees, subcontract�rs, licenses nr inr►itees under this cnntract. This indemnifiGation rovision is s e�ifieall intended to a erate and be effe�tir►e e�en if it is alle�ed or prn�en that all or same of the dama�es bein� sou�ht were caused, in whale or in part,_by any act, nmission or negligence nf the city. i�is indemnity pro►►ision is intended to inelude, without limitation, indemnity far �osts, expenses and legal fees incucred tay the city in defending against suc� claims and causes af actions. 87 b.2 Contractor co�enants and agrees to indemnify and hnfd harmless. at its awn expense� SS the city, its ufficers, servants and emplayees, fram and against any an�f all loss, damage 89 or destruction of property of the city, arising out nf, or alleged to arise nut of, the work 9a and servi�es to be performed hy the contractor, its officers, agents, emplayees, 91 su6cantractars, licensees or in�itees under this cantract. This indemnifstation pro�ision CITY OF FORT W4RTH Bailey Park Phase 3 STAN�ARb CQNSTRUCTION SPECIFICi1TIQN �OCt1MENT5 —�E11ELaPER AWARdED PROlECTS City Projert No. 103491 Re�ised J�ne 16, 2D16 DU5243-4 Pevefoper Awarded Project Agreement Page 4 aF 5 92 is spetifitallV intended to operate and be effecti�e e�en if it is aEleged nr prauen that all 93 or some of the dama�es bein� sou�ht were �aused, in whole nr in part, bv anv act, 94 �mission or negligence of the city. 95 96 Artide 7. MiSCELLANEaUS 97 7.1 Terms. 98 7erms used in this Agreement are defined in Article 1 of the 5tandard City Conditions of 99 the Constru�tion Contra�t far Qeveloper Awarded Rrojects. 100 7.Z Assignment of Cor�tract. 101 This Agreement, including all ❑f the Contrac# Dacuments may not be assigned by the 1D� Contractor withaut the advan�ed express written consent af the Developer. 1Q3 7.3 5uccessars and Assigns. 104 berreloper and Contractor ea�h hinds itself, its partners, successors, assigns and legal 105 representati�es to the vther party hereta, in respect t❑ afl covenants, agreements and 1�6 ahligations contained in t�e Contract documents. 107 7.4 5e�erak�ility. 1�8 Any pro�ision or part of the Contract ❑oeuments hefd to 6e un�onstitutional, �aid ❑r I�9 unenforceable by a �ourt af competent jurisdiction shall be de�med stri�ken, and all 11b remaining prQvisions shal! cantinue to he �alid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.S Go�erning Law and Venue. 113 This Agreement, including afl ❑f the Cantract tlo�uments is perfnrmahle in the State of 114 �exas. Venue shall be Tarrant County, Texas, or the United States ❑istrict Court for the 115 Northern Qistrict of Texas, Fort Warth Division. F��:7 117 7,5 Authority to 5ign. 118 Cantractor shall attaeh e�idence of authority to sign Agreement, if other than duly 119 authorized signatory af the Contractor. 120 CITY OF FaRT WflRTH 6ailey Park Phase 3 STANOAR� CONSTRUCTipN SPECIFECA710N ODCUMEN75— dEVELOPER AWAROE� PR�JECTS City Project Np. 1d349] Revised June 16, 2d16 Dp5243-5 De�elaper Awarded Project Agreement Page 5 of 5 1Z1 12z �23 12A 125 125 IN WlTNESS WHEREpF, Developer and Contra�tar have executed this Agreement in multipie counterparts. This Agreement is effective as of the last date signed by the Parties �"Ef#ecti�e Date"j. Contractar: Wright Construction Co., Inc � � �F r __ {5ignaturej � �� r � i�_ � � , �� C���v �- _ {Printed Name] 6y Title: l l`���`�� '��, ��..� �ompany Name: Wright Construction Cv., inc 5D1 W. Wal! St City�State�Zip: Grapevine, TX 75D51 ❑eveloper: D.R. Hortan-�exas, LTD r By: j5ignaturej � [Printed iVamej Title: — Compar�y name: E3.R, Horton-Texas, LTQ 575i North Freeway City�State/Zip: Fort Warth, Tx 7f I31 �l . � � `�.. -. o� r�. — — Oate Date CIiY DF FQRT WQRTH STANpARp CQNSTRUCTION SPECIFICATION C]OCl/MEIVTS - DFVEIDPER AWARQED PR�lECTS Re�ised June 16, 2a16 Bailey Park Phase 3 City Pro;e�t No. 103441 006] 25 - 1 CER'CIFICATG OF I�ISURAItiCE Pa�c 1 of 1 i 2 3 4 5 6 7 S 9 10 11 ]2 ]3 14 t5 lb 17 l8 l9 20 2l 22 23 24 s�cTioN oa bi zs CERTIFTCAT�, QF INS[]RANCE END DF SECTIQIV c�rY nr' fox'r wo�rr� STANpAR[7 CC7lVSTRLICTI[]N SPECIF[CATIOi� DOCUMENTS Ae�iscd July I. 201 ] Bailcy Park Phasr 3 City Praje�� No. 103491 aaez �3- i P��Fo�nnnNCE aa�v❑ Page 1 of 3 Iinnd Na. TXCb13893 1 2 3 4 5 6 7 $ 9 10 1.1 12 13 14 15 15 17 18 19 iHE 5TATE OF TE3[A5 § 5ECT10N 0� 62 13 PERF�RMANCE BQND § KN�W ALL BY THESE PRESEN'i5: CUUNTY DF 7RRRAN'i § �'hat we, Wri�ht Constructian Ca„ Int� known as "Principal" herein and _11�ferchants $[�i�ding Lompai�y {�1�[utual] �� �arparate surety�sureties, i� more than ❑ney duly authorized ta do business in the 5tate of Texas, known as "Suret}r' �erein �whether one ar mo�ej, are held and firmiy bound unto the De�eloper,�.R. Harton-Texas, LTCi, autharized ta da bus+ness sn Texas ("De�efoper"J and the City of Fort Warth, a Texas municipal corporation {"City"}, in the penal sum of, Two Million_�ne �iundred Twenty Ei�ht Ti,ausand Four Flundred Seventv 5e�en and OflI1Q0 I]ollars �$2 �28.477��Oy, lawful money of the United 5tates, to be paid En Fort Worth, Tarrant County, Texas far the payment af which sum weil and truly to he made jaintly unta the De�eloper and the City as dual obligees, we bind aurselves, our heirs, executors, administratars, successars and assigns, jointiy and severally, firmly by these presents. WFfEREAS, De�elaper and City have entered inta an Agreement for the construction af cammunity fa�iiities in the City of Fvrt Worth by and througF� a Cammunity Faeilities Agreement, CFA Numher CFA22-ODD5 : and 20 WHEREAS, the Prin�ipal has entered into a certain written �ontract with the De�eloper awarded 21 the Z`�t� day of lanuary , Zp� which Contract is hereby referred ta and made a 22 par# hereaf far afl purpases as if fuAy set forth herein, ta furnist� all materials, equipment labor 23 and ath�r accessories defined by law, in th� prasecution af the Work, ineiuding any Change 24 �rders, as pravided far in said Cantract designated as Paving, arainage, Ll#{fity, & 5treet Lighting 25 impravements to ser�e 6aifev Park Phase 3. 2fi NOW. THEREFORE, the conditian af this abligation is such that if the said Rrincipal shail 27 faithfully perform it obligatians under the Contra�t and shall in all respects duly and faithfuliy �S perform the Wark, including Change �rders, under the Contra�t, ac�arciing to the plans, 29 specifications, and cantra�t doC�ments therein referred ta, and as well d�ring any periad of Llll' OF FORT WQR7H 6ailey Park Phase 3 STAN6AliQ CITY CONDITltlNS — �EVELOPER AWARDED PRDfECfS City Project No. 103451 Revised fanuary 31, 2�12 F3c�i�a tvc�. `rxCS t 3893 uo6zis-z PERFORMANCE BOIYtr page 2 of 3 1 exter�sion of the Contract that may he granted an the part of the Oeveiaper and/or City, then z this o6figation shalf be and �ecame null and void, otherwise ta remain in full force and effect. 3 PRDVIDEd FIiRTHER, that if any legal action he frled on this Bond, venue shall lie in 4 Tarrant County, Texas ar the United States District Court far the Narthern District aiTexas, Fart 5 Warth pivisEan. 6 7his bond is made and executed in compliance with the pro�ssians af Chapter i253 v# 7 the iexas Go�ernment Code, aS amended, and all 1ial�ilities nn this bond shall �e determinerl in 8 accordance witt� the provisians af said statue. 9 IN WITNE55 WHEREOF, the Principal and tF�e Sureky have SiGNED and SEALED this 1Q instrument by dufy aut�orized agents and vfficers an this thez�thday af ]�lnLlai•y. �p �2 11 12 13 �4 �S 15 I7 18 19 �a 2Z 22 23 24 as 2� �7 28 ATT�5T' •�J ��— __ �Principal] Se�retary ��._�'; '�r��+a� -- Wi#ness as tn Principal PRlNC i PAL: Wripht Construction C��4n� �. _•--- —� sY: Signature -- 1'� 1�.�����: ���.�"7 �� 4 i l,� - fVame and 7itle Address: 5U1 �JV. Wall 5# __ Gra_pevine, T}C_75D51_. _— .--- — — C�Tl' OF FtlRT W�RTH Bai�ey Park Phase 3 STAAiflARD CffY CflN�ITI0N5—�EVELpPER AWARD�D PRfl1ECf5 City Projett Mo. f03491 Revised January 31, 2012 Bnnd No. TXtsC 13893 pp6213-3 PERF�RMANCE BONp Page 3 of 3 1 z 3 4 S 6 7 8 9 1❑ 11 12 13 14 15 15 17 18 19 20 21 22 Z3 24 25 26 suRErv: �erchanls �3«nding C:ompan� (Niutual} ` Signa#ure Jennifer lipton, Attorne�r-in-Fact Name and Title -�� �j y ` - C�.LS� i. +�"-1i��_�� S�zaroi� initre � Witness as to 5urety Address: P.C7. Bnx 14498 I]es Moines, Itl :�0306-3�98 Telephnne Number: {'15) 243-8171 "IVote: If signed by an ofFicer of the Surety Company, tf�ere must he on file a certified extrart from the by-laws shawing that this person has authority tQ sign sutF� obligatian. If 5uret�s physical address is different from its rnailing address, bath must be pro�ided. The date of the k�and shall nat be priorto the date the Cantra�t is awarded. C;TY pG FflR7 WOR7H STANpAR� Ci7Y CpNDiTIpNS — DEVELpPER AWAROEb FROIFCTS Re�ised 3anuary 31, 2a12 Bailey Park Phase 3 City Project No. 1fl3491 qa6Z14-1 ?AYMENT 64N❑ Page 1 of 3 I3ond Na. TXCF 13893 1 2 3 4 5 6 SECTI�N 00 b2 14 PAYMENT BOND THE 5TA7E OF 7El(A5 C�I�I�Ii � �[�1��_1.�.7_likl § § KNOW ALL $Y TI�ESf PRE5ENT5: § 7 That we, Wright Construetian__ Co.. Inc� knawrs as "Principal" herei�, and g �Ierchants Fiondin Cnm anv {�iutual} , a corparate surety ( or 9 sureties if more than one�, duly authorixed to da �usiness in the 5tate of 7exas, known as 1Q 11 12 13 za 15 16 17 18 19 �d "5uret�' herein �whether ane Qr rnare}, are helcf ant2 firmly haund unto the De�elaper, D.R. Horton-Texas, LTD, authvrized ta do business in Texas "{De�elvper"}, and the City of Fort Worth, a Texas munieipaf carporation �"City"), in the penal sum of Two Miiiion ane Hundred Twenty E�t Thousand Four Hundred Se�entv 5e�en and 001100 Dvllars {$2 1Z8 477.�fl , lawful money of the United 5tates, to be paid in Fort Worth, Tarrant County, Texas, for the payrr�ent af which sum welk and truly be made jointiy unto the aeueloper and the City as dual abligees, we bind nursel�es, our heirs, exe�utors, administrators, su�cessors and assigns, jointly and se�erally, firmly 6y these presents: WHEREAS, ❑e�eioper and City ha�e entered into an Rgreement for the cvnstruetion af �ommunity #acilities in the City of Fort Warth, by and through a Community Facilities Agreement, CFA Num#�er CFAZ2-D��5 � and 21 WH�REAS, Principai has entered into a certain written Cvntract with De�eloper, 22 awarded the 2��th day of Januar}� 20 ?2 , which Contract is hereby 23 referred to and made a part herevf far al! purpases as if fuliy set farth herein, #o furnish all 24 materials, equipment, Eabar and o#her ae�essories as defined by law, in the prosecution af the 25 Work as pro�ided far in said Contract and designated as Paving, Drainage, Litility, & 5treet 26 Lighting Imprv�ements to serve Bailey Park Phase 3. 27 N�W, TFfERE��RE, THE C�NDITIQN DF TH15 OBLfGA710N is such that if Principal shall 28 pay all monies awing to any [and allj payment hond beneficiary (as defined in Chapter 2253 af 29 the Texas Ga�ernment Cvde, as amendecij in the praseeution vf the Work �nder the Contract, CITY QF FDRT WORTH 9ailey Park Phase 3 STANDARO CITY CONi]iTI�NS — DEVELOPER AWARDEQ PROJEC75 City Projed No. 103441 Re�ised 3anuary 31, 2012 Bond No. 'rXC613893 ff05214-2 PAYMENT B�Ai� Page2of3 1 then this ❑bligativn shall be and become null and �oid; atherwise to remain in fulf foree and � effect. 3 This bond is made and executed in compfiante with the pr�visions of Chapter ��53 af 4 the �exas Go�ernmer3t Code, as amended, and al� liah�lities on this borir! shail be determined in S ac�ordance with the provisions vfi said statute. 5 IN FNITNE55 WHFREOF, the Principal and Surety ha�e ea�h SIGNED and SEAL�❑ this 7 instrument by duiy authorized agents and vfficers ❑n this the_..2=�t�? day of g ]anuaiti• , �❑ 22 �� ATf EST: _ �` � t �Principalj Seeretary PRENCIPAL: Wright Construetion Co., In� �'� SY� - _--- : Signature _ _ 1"� t, I i' ��; �i: ; F� - i �� ; � r �" j \ I i. —= -' Name and Title '��. � . ��..:�•' `. ,''•�-1 _�� � � . �,.�:.: � Witness as to Pr"snci�aal CITY OF FQRT WpRTH STAN6ARp CITY CONOIT10iY5 -- QEVE��PER AWAftDEQ PROlECTS Revised 3anuary 31, 2012 Add ress: 6�1 IN. lhlall St Grapevine, T}( 7605i 8aiiey Par& Phase 3 Ci[y Project No. 103491 Bnn� Nn. T�C613893 oaszia-3 PAYMENiBONO Page 3 of 3 SURETY: Merchants I3nndin � Cnm an � (Nlutual) C ATTEST: B - 5ignature NIA {Surety]Secretary ]enniFer li�tnn, Attnrney-in-�act Name and Tit#e Address: �'���� ��x 14498 I)es Ivlaines, IA s"(]3Ub-3498 ���Vf �� t� �`��. �, ��_. �, S1larnn R�ii�iitre Witness as to 5urety 1 Telephane Humk�er: {5�7} 243-8171 2 IVote: If signed by an ❑fficer of the Surety, there must be on file a certified extract from the 3 bylaws shawing that this person has aut{�ority ta sign sucM abl'sgation. If Surety's physical 4 address is different frorn its mailing address, both must �e pro�ided. 5 6 The date of the bond shalE not be prior ta the date the Contract is awarded. 7 8 END OF SfCTION CITY aF FDRT WORTH Bailey Park Phase 3 STANpAR� C1TY CON�iTIONS — DEVELaPER AWAFtPEp PftAJECTS City praject Na, 1U3Q91 Revised January 3I, 2�1Z Qafi219-I MAINTENRfVCE BOPIP Page 1 of 4 I3nnd Nc�. �1'XCC�13K9:� i z 3 a 5 6 7 �1;1�'i��ti ��I�� �:L�9 �7 sErno�u oo sz �� MAIiVTENANCE e�N❑ S �� C�UNTY �F TARRANT § § ICHCdW ALL 8Y THESE PRESEHTS: �hat we Wri�ht Constructivn Co.� Inc knnwn as "Prin�ipaE" herein and Merchar�ts BQnding Company (:vf utual} , a �orparate surety {sureties, �f more than 1Q ❑ne} duly authariied to da business in the State of Texas, knpwn as "5ure#y" herein {whether 11 one vr more}, are held and firmly bQund unto the Develaper, ❑.R. Horton-Texas, LTD, authorixed 12 to do bus€ness in Texas ("pe�elope�"j and the City af Fort Worth, a Texas municipal cvrporation 13 ("City"}, in the sum of Two Millfvn �ne Hundred TwentY Ei�ht Thousand Faur Hundred 5e�entY 14 5e�en and �a1100 Dollars ($2 12�8 477�OOj, lawful maney flf the United States, ta be paid in Fort i5 Worth, Tarrant Caur�ty, Texas, fvr payment of whi�h sum well and truly k�e made jaintly unta the �6 QeveEoper and the City as dua{ obligees and their successars, we bind aurselves, aur heirs, 17 executors, adminisfrators, su�tessors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, �eveiaper and City ha�e entered into an Agreement for the toRstruction of 2Q cammunity facilities in the City of Fvrt Wo�th �y an� through a Community faciiities Agreement, 21 CFA Number __CFAz2-�D65 ; and 22 WHER�A5, the Principaf has entered into a cer�ain written �ontract with ti�e []eveloper 23 awarded the ?4��� day af 1�"'�'�I'y' , 20 ?�J which Contract is 24 hereby referred to and a made part herevf for all purpases as if fully set forth herein, tv furnish 25 all materials, eqiaipment labor and ather a�cessories as defined by law, in t�e prasecution oi the Z5 Work, including any Work resulting from a duly authorized Change flrder {collecti�ely herein, 27 the "Work"} as pro�ided fqr in said CQntract and designated as Pa�ing� Drainage, Utility, & 5treet �8 �� Lig�ting Impro�ements to serve Bailey Park_Phase 3; and CITY DF FORT W�Rlii Baiiey Park Phase 3 STAN�RRO CITY CDNpITIDNS — DEVELOPER AWRFipED PROIECTS City Praject No. 103491 Revised January 31, 2f712 Bond Nn. '1'XC6138]3 ooeza9-z MAfNFENRNCE BflND P age 2 oF 4 1 WHfREAS, Prin�ipai binds itself ta use such materials and to so construct the Work in z accordance with the pfans, specifications and Coniract po�uments that the Work is and will 3 remain free from defects ir� materials or workmar�ship far and during the period af two [2} years 4 after the date af Final Acceptance af the Work hy the City �"Maintenance Period"}; and �� fi WHEREAS, Prineipal loinds itself t� repair or reconstru�t the Work in whole or in part upon 7 receiWing notice fram the De�elaper and/or City vf the need thereof at any time within the 8 Maintenance Period. 0 10 NOW THEREFUtiE, the �andition af this obligatian is such that if Principal shal! remedy 17. aRy defeeti�e Work, for whieh timeEy notice was pravided hy De�eiQper or City, tv a campletion ].2 satisfactory to the City, then this ubligatian shall k�ecame nu�l and vaid; otherwise ta remain in 13 ful! farce and effect. 14 15 RROVI�EO. HaWEVER, if Prin�ipal shali fail so ta repair or retanstruct any timely 16 nnticed defective Waric, it is agreed that the ❑e�elaper ur City may cause any and aEl such 1.7 defe�tive Work ta�e repaired and�or rec�nstrurted with all associaEed costs thereaf being . 18 borne hy the Principa! and the 5urety under this Maintenan�e Band; and 19 20 PR4VIDED FURTHER, that if any legal action 6e filed on this 6and, venue shall lie in 21 Tarrarst County, Texas or the United States District Court for the Northern District af Texas, Fort 22 Wart�t Divisian; and Z3 24 PROVID�D FURTHER, t�at this vbligation shall be cantinuaus in nature and successive 25 recoveries may be had herean far su�cessi�e breaches. CkTY OF FORT WORTH Sailey Par& Phase 3 STANOARD LITY CON�ITlONS — DEVELOPER RWARfJE� PRQJECTS City Prpjed No. 103A91 Revised January 3I, 2012 $and No. TXCG13893 oabz�9-3 MAINTENANCE 6�N❑ Page 3 of 4 I IN WITN�SS WHEREDF� the Principal and the Surety ha�e each SlG�VEa and SEALED this Z instrument by duly authorized agents and officers an this the'-'���� day of 1�l»�����' , 20 " 3 4 S 6 7 S 9 1D 11 1Z 13 14 15 16 17 �.8 i� �a 21 ZZ �3 24 25 26 PRINClPRL: Wri�ht Constructior� Co., Ine _� BY: 5ignature ATTEST: � [Principalj 5ecretary J...' i';l..�i ; ' , , i . . }.. - . Name a�d Title Address: 501 W. Walp 5t Fort Vllvrth. T7[ 7s119 t . ,'.. ^ ;.�,.-. , L: � � �: t r;�; �� •t� Y --- Witness as to Principal CITY OF FORT WORTH gailey Park Phase 3 STANpARfl CI�l' CQNF7I7fdN5 — REVEL4PER AV1fARDEl7 PR�lECTS City Prajatt Afo. 103491 Re�ised lanuary 31, 2012 l3nnd N�. TXCfi13893 0o sz 1s - a MAIN7ENANGE 6flN❑ Page R af 4 � Z 3 4 5 � 7 8 9 1❑ 11 1Z 13 14 15 �6 17 18 19 2� ai zz 23 24 AT7E5T: 1�IA (Sureryy Secretary 1 ���. . S �arnn l�iinitrc Witness as to 5urety SU R ETY: �ierchants Sonding Cain arz � {Mutual} BY: Si re JeriniFcr L?pt��i, �lttnrtze�•-iil-Fact Name and Title Address: P.C). I3c�x 1449R �es 11�Ioines, IA 5D3-�b-3498 Telep#�one Numf�er: �S 15) 243-8171 *Note: If signed by an officer vf the Surety Com{�any, there must be an file a certified extract from the by-laws showing that this person has autharity to sign such o6ligation. Ef Surety's physical address is different fr�m its mailing address, both must be provided. The date af tl�e band shall not 6e priar to the date the Cvntract is awarded. CITY OF FflRT WDItTH STANaARO CITY C�NQITIDNS — �EVELDPER AWAR�E� PRp1EC"f5 Rer+ised January 31, 2R12 eailey Park Phase 3 City Project No. 10349I �����ly�� �3�I�13II�G C��vI�ANY IMP�RTANT NDTICE To abtain informatson ar make a compEaint: You may contact yaur insurance agent at ihe tele�hone number pravided �y your insurance agent. You may call Mer�hants Bonding Carrspany's toll-free telephane number for informatian or to make a camplaint at: 'I-800-678-$171 You may cantact the Texas Deparimeni of lnsuran�e ta obtain informa#ion on companies, coverages, rights �r complaints at: ���FI�b�i'��i��� Yau may write the Texas ❑epartment of Insurance at: P. �. Box � 49� 04 A�stin, TX 78794-g1fl4 Fax: t512} 475-1771 Web: http:llwww.�di.state.tx.us E-maRl: ConsumerProtection@tdi.state.tx.us PREMIUM AN❑ CL.AIM ❑15PL17E5: 5hauld you ha�e a dispute can�erning your premium or abaut a claim you shvuld c�ntact the agent f rst. If the dispute is not resalved, yvu may contact the Texas Department of Insurance. ATTACH THIS NDTICE TO Y�llR POLI�CY: This notice is for infarmatian ❑nly and does not �e�ame a part ❑r condition of the attached d�cument. SUP 0�32 Tx �1109} 23 �ERCHANTS � BQNDING CDM1'ANY-� P�WER �F ATTORNEY Know All Persans By These Presents, that MERCNANTS 80NDING ��IIRPANY {MUTIJAL] and MERCHAN�S NATIdNAL BflNOlNG, INC., both being �orporaiions af the 5tate of lowa {herein eollecti�ely ealled the "Gampanies'�] do hereby make, constitute and appaint, indi�idually, Elena 5ells; Jennifer Upton; Kathy 5ells; Lanny Land; 5teven W Lewis their true and lawful Atforney{s}-in-Fact. ta sign its name as surety(ies] and to execute, seal and acknawledge any and all bonds, undertakings. contracFs and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfarmance af contracts and executing or guaranteeing bonds and undertakings required ❑r permitted in any adions or proceedings allowed by law. This Power-af-At[orney is granted and is signed and sealed 6y facsimile under and 6y autharity of the fallawing By-Laws adopted hy the Baard ef Oirectors af Merehants Bonding Company {Mutual] on April 23. 2011 and amended August 14, 2Q'E5 and adopted by the Board of pirecFors ❑f MerchantsAlatinnal 8onding. Inc., fln O�fo�er 16, 2015. "The President, 5ecre[ary, Treasurer, nr any Assistant Treasurer or any Assistant 5ecretary or any Vice President shall ha�e power and authority to appoint Attarneys-in-Fa�t, and ta authorize them to execute on behalf of the Company, and attach the seal of the Campany thereto, bonds and undertakings, recagnixances, contracis of indemnity and other writings obligatory in the nature thereof," "TMe signaFure of any authorixed ofF�cer and the seaf of the Company may be affixed hy facsimile ar electronie transmissian ta any Pawer of Attarney or Certification thereaf authorizing the execution and deli�ery of any bond, underfaking, recognizance, or other suretyship o bligations of the Company, and such signature and seal when so used shall ha�e the same force and effect as though manuaily fxed." In conne�tian with obligations in fa�or of the Flarida Oepartment of iransportatian only, if is agreed that the power and aut hflrity here�y g9�en to the Attnrney-in-Fact includes any and all consents for the release af retained percentages andlor final estimates on engineering and construction contraefs required by the State af Flarida Department of Transpartation. It is fukly undarstood that cansenting to the StaEe of Florida aepartment of iransportation making payment vf the final estimate ta the Contfactor andlor its assignee, shall not reiie�e this surety �ompany flf any o# its obligations under its 6ond. In connection with abligations in favor af the Kentucky Qepartment of Highways only. it is agreed that [he power and authority here6y given to the Attorney-in-Fact eannni be modifed or re�oked u�less prior written personal notice o# such intant has been gi�en to the Commissianer- Department ai Highways of the Cammonwealth of Kentucky at least thirty [30J days priar to the mndifi�ation or re�ocaFion. In Wi[ness Whereot, the Companies have caused this i�strumen! to be signed and sealed this 2nd day of March , 2p21 .+�Pq�ONq' ••, , • � -•• •'� �. • ••.•.. . t+� � ; ���,H�� C❑�A �• MERCHANTS BON�IMG COMPANY [MUTi{AL] ��y. GaRp�Rq�.. y Y :�°�oRPaqq��y�, MERCHANT NATSONAL B�NQING, iNC. ;2:2 -a- �a:�• :�:� -o- r": : :�'y 2003 :��= : y�� 1933 �� e; ay � .d•. ��.. : �-. �'c:• � L�v7�� •.. .� •; �t�,•� '.d'3� • ... . . • •`-�d� Presrdent �t . • STATE �F €OWA ����"'�"'����� � � �"' � � CbEJNTY OF QALLAS ss. �n this 2nd day of Marc� �fl2 � , before me appeared Larry Taylor, ta me personally known, wha being by me duly sworn did say that he is Preside�! vf MERCHAMTS 80N�ING CaMPANY (MIJTUAL] and MERCNANTS NATI�NAL BQNpING, INC.; and that the seals affixed to the foregaing instrument are the Corparate Seais af the Companies; and that ths said instrument was signed and sealed in �ehalf of fhe Companies by authority af their respecti�e Baards of Directors. ,�p.�4A( �+ �OLLY MASDIV ��/J) • 2 o e e e � Cammission Number 7505T6 7 ��--f My Commission Expires �" �a��. January 07, 2023 nror�ry �ubrr� {Expiration of notary's �nmmission does not in�alidate this instrument} I, William Warner, Jr., 5e�retary of NlERCHANTS BONDING C�MPANY {MUTLIAL] and MERCHANTS NATIONAL BONQ[NG. INC., do hereby �eRify that the abo�e and foregoing is a true and corre�t copy of the P�WER-DF-A77QRNEY executed by said Companies. which is still in fukl force and effect and has not been amended or re�oked. In Witness Whereof, I ha�e hereunto set my hand and afFixed the seal af the Companies on thks 24th day of January . 2022 . �� .,...,+�� �.••--•., ,., .,,.•�t�aNq� ..,. .•o�N�.�v�,A. : ' �- A �• 9'• � �/ :►� U��PaR,�.�y: : mOGAt1PD ,9� y�� . � ;a:� -o- o�:�: ��'Z -o- o: � �+��. �v'y 2Q03 :��� � �'' 1933 ,"C' Secretary .y;. . ' '•�¢.�••.... . � ��c. ;�d�y�. : �� : � .k+�''' � .'.; � . •. �' � �. POA 4�18 (112D} '�••.........,.•. •....... SECTIDN 0� 4 i ad — I'RaP4SAL DEVELQPER AWARDED CaNTRACTS This prapnsal must not be remo�ed from this book ❑f Cnntract Documents. 1 C�7� PR�PnSAL F�R: PAVING IMPRQVEMENS PRC]J�:CT NAME: F3AILEY PARK P�-�ASE 3 F[f.E NQ. W-2789 C:[TY PROJ�C'I` NO. 10349] IncEudes the furnishing of all materials, equipment an�t labor for the installation of inedian openings, left Eurn lane, water & sartitary sewer impra�ements and ail necessary appurtenances and incidental work to pro�ide a �omplete and ser�iceable projec# designate� as: PAVIIVG, DRAINAGE, UTILITY, & STN�:FT LIGHTIIVG IMPRUVEME�iTS TD SERVE BAILEY PARK PHASE 3 Pursuant to the fore�oing'Notice ta Sidders', the undersigned Qidder, ha�ing thorough�y cxamined the Contract Documents, including plans, spccial contract documents, the Te�hnical Specifications listed in this contract, the site �f the projeci and understanding the amount oF work to be done, and the pre�ailing candilions, hereby proposes to da all the wnrk, furnish all labor, equipment and material except as spccified to be furnished by the City, which is necessary to fully complete the work as pro�ided in the Plans and Contract Dncuments and subject to the inspection and appro�al of the ❑irector of the Uepartmenf of Tra�lsportatior� & Public Works af ihe City af Part Worth, Texas; and hinds himself upan acceptance of this Proposal to exe�ute a contract and furnish an appro�ed Performance Bond, Payment I3ond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and compfeting af the said work. Contractor proposes to do the work within the time stated and for the fallowing sums: rurnish and instail, including all appurtenant work, complete in pla�e, ihe following items: PART B - PR(]P�SAL (Cont.} After acceptance af this Propnsal, th� undersigned will execute the f�rmal contract and will de[i�er an appro�ed Surety Bond and such ather bonds as required by the Contract Dacuments, for ti�e faithful performance of the Contract. The attached bid s�curity, if required, is to become the praperty of the i]e�elnper. T�he successl'U1 t�idder shall be reguired ta perFarm the wark in accord with these contract documents and fhe technical specifications a�aila6le in City of Fort Worth's Project Resources website site (htE s:lla s.fortwortlltexas. �a�IPrn�ectl�esourcesl} and incarporatcd herein and made a part hereof for all purposes. Yage 1 pf 2 The undersigned assures that its employees and applicants for employmenE and those of any lahor organization, sui�contractors, or employment agency in either furnishing or referring ernpinyee applicants to the undersigned are not discriminated against as proi�i�ited by the terms of City ❑rdinance Nn. 7278 as amended by City Drdinance No. 7400. The Bidder agrees ta k�egin construction within �i ��� �.�I �' working days after issuc o#'the work order, and to c�mplcte the contract within T�,�i Y F� �"�_ �� worki�tg days afier begir�nin� construction as set forth in the written work order to be furnished hy the Owner. I{we) acknowledge receipt of the followin� addenda to the plans and specificatians, all of the pra�isinns and requirements of which ha�e been taken into consideration [�n preparation of the faregoing bid: Ad�iendum No. i tliiitials} Addendum No. 2 {lnitials} Respectfully submittcd, �L+�, r �' �'�Y�'�': } r � "''n T i r ��� L�.:�i i A:',J:�ti.'�i. �.:�i Name aF Contractor : Titie: Cvmpany Name Address: Email: ignature �ary �. N.���:;�� {Printed Nanne) Addendum No. 3 (]nitials} Addendum No. 4 (Initials} �:�C�1'Z"i'V�'6�I�� Pf���llhN�' Glenn Thurman, Inc _ P.�. Box 850842 Mesq�aite, TX 75185-fl&42_ y�ry �� r�' '-�� tl� u rr� a �, -�Sa►�-. �— Telephone- 972-286-6333 Pagc 2 of 2 00 42 43 DAP -BID PR6POSRi. Page I of 2 sec�or� oo ai a� E7eveloper Awarded Projeds - PRQPDSAL FORM UNIT PRiGE BID Bidder's Appiicatian Projecs Item infarmation Bidd�s Propossl Bidlist I�em Specifi[ation Unit a€ �i� �]me Priac Bid Value IJescripnan Securm No. Nieasure Quantity No. NIT IV: P MG IIIRPRDVE EN'F5 1 3213A1�1 fi" Reinfar�ed Canc Pavement 32 13 13 5Y 19,996 $42.70 $853,829.2� 2 9959.0019 T.5" Reinforoes Con Pa�ement 32 13 i3 SY 2,p$2 $a9.fi4 3103,26724 g 3213.03Di 4" CpnC Sidewalk 32 13 20 5F 13,537 $fi.45 $87,313.fi5 4 32�1.�Sa1 8" Lime Treatmer3t 3� 11 29 SY 21,375 �3-8a $81,225•00 5 32i1.�5p2 8" Lime Treatmer�t 32 41 23 SY 2.195 $4.a5 58,889.75 B 3211.04�0 Hydrated Lime 32 i� 29 7N 3fi0 5180.a4 $fia.800•00 7 3213.�5�i Barrier Free RamP, �YPg �-� 32 13 20 EA 4 $2,50a_o0 $1q,0U0.00 $ 3213.p506 Barcier Free Ramp, Type P-1 32 13 20 EA 44 52,0�.� ��,0� �a g 3217.0001 4" St.i] Pvmt Maricing NAS {W} 32 17 23 �.F 76 510.a0 b750.4D 40 9599.{3a20 B" P51 Canc drirreway an 8�g Apple ar 3� 13 2� 5F 38 $68.� 52.584.Od 11 9999.fl008 Remflve End�f-Rvad 6arricade E}U 0� Oa EA 4 $300.00 31,20Q•OQ 12 9999A�Q9 �nd-of-Raad Barricade � � �� �+ l $1,ti� � �1,1� � 13 3A4't.4�06 knstall Alum Sign Ground Mvunt 34 41 3f] EA 9 $475.00 $4,275.a0 14 15 16 17 18 19 �a �� 2z zs za 25 2fi 27 28 _ zs 3� 31 32 33 34 35 36 37 38 39 4fl 41 42 43 44 T AL UNff N: PAVI�ICi IMFROVEMENI'8 $7,239,243_8� CCfYOFFditT W(HiTii STANF]Aftll C6NSTAi1C'lION 5PECIFICATION I]OL4A��N15 - D$VFR.OFkR.�WARPEIi PI[O7ECLS Fa,rr� Ve�sivn 7aar 22, 2019 OD a2 �3 8rley Psrk Ph� 3 Pavicg Bid pp 62 63 ❑AP • BID PROP(]SAL Pegc 2 uf 2 SECTW H UD 42 43 �e�abper Awarded Pro;ects - PR�P05AL F�RM UNIT PRIGE BID YrajectItem Informatian No. DescriptiUn Tofel CaaalroctioQ Tkis $id is auhmittrd 6y tic entity named bekaw: B1IIDER [;lcoo fhnrmna, iac �.a, aox ss�saz Mesqnitc. Te�as 75185-0842 Bidder's App�icatian B�dd�S Proposal Specificaaaa Uni[ of Bid Unit Pnce Sid Value Section No. Measure Qusnnty �id $ummary BY: �� CH AK D��/� t£� � �' _ �rr�RAcr r,�r����s DA7'E: I % I��20 ZZ. 1 55 worldeg days af[er the date whea she Cnatractor sgrees to cvapl�e WdRK [or FiPIAL ACCF.p'1'ANC�. �ithm Cq�'ITRACT rom�ences m rua ea pro�ded i� the General Canditlona. ENFf OB SECTION �irr oa� xos,r wqar►r STAPII7Akb CflNSTItUCi70N SPECIF7CATTON �OCL7M8l+TrS - Dhl+B1OPFAAWARAEU PitWECTS Porm Vaaao Map 2Z, x619 Oa 42 43 Bmlq Pa� Phwe 3 P.rug Hid []f I 45 12 DAP PRGQUAL.IFICATIUN STA7IMGN�1" page I pF I SECTIDN fld 4S l z �AP — PREQi]ALIFfCATIflN STATEMENT Each 13idder is rcquired ta catnpl�tc the informatian below by identifying the prequalified �o�itractors andlor subcontractors whom lhcy intcnd to utilize for the major work type(s) listed. In thc "Major Work T e" box ro�ide the com ]cte rna�«r wnrk e and actual descri ti�n as ro�ided b thc Water dcpartment for water and scwer attd TPW fot' pavin�. Majar Work Type ContractorlSubcontracior Company Name Prequalification Ex iration Date CQncr�tc Glc�tn Thurman, Inc 71� 112(123 C�NIR�CON Unlitniied 7'he undersigned hereUy certi�ies that the contractors andlar suhcontractors described in the ta61e abo�e are currently prequalifed for the work types listed. BiDOER: Glcnn Thurman, Inc P.O. Box $50842 Mesquite, TX 75185-�842 EI�U QF SECTI�N ciTv o� FORr woRrH SFANOARd COTISTRLlCTION PREQSJAL[FICAT1aN STATEMENT - dEVEL4PER AWAR�E� PROJECTS a045 12_P�equalifiCa[ion Statement 2015_bAP PavingGtennThu�man �orm Versipn Septemher i, 20i5 00 45 26 - 2 CONTiiACT�R C�MPLIANCE WITW WpRKER`S COMPENSATIQfV LAW Page 1 vf 1 1 2 s�cr�aN on a5 z6 CON7RACTOR CQMPLIANCE WITH W�RKER'S C�MPENSATION LAW 3 Pursuant ta Texas Labor Code Section 4fl6.fl95{aJ, as amended, Cantractor certifies that it 4 pra�ides worker's compensation insurance cflverage for all af its employees employed on City 5 Project No. 103491 . Contractar further certifies that, pursuant to Texas Lab�r Code, 5ection 5 406.095�b}, as amended, it will pro�ide to City its suh�ontra�tnr's �ertificates of compiiance with 7 woricer's eompensatian co�erage. E:�K�7► �1:�_[y i�I:� � 10 Glenn Thurman, inc ______ By: `���'iY�' 6�. [t_'F�E�n�. 11 12 13 14 15 16 17 18 19 za 21 22 23 24 Z5 zs 27 2$ 29 3fl 31 32 33 34 35 Company P.O. Box 85Q842 Signature: Address Mespuite, TX 75185-0842 Titie: � City�State�Zip TH E 5�A7E �� TEXAS § C�UNTY OF TA § �� BEF�RE ME, the undersigneci authority, on this day personally appeared �� � Yi� �:��..; known to me to he the person whose name is subscribed ta the foregaing instrument, and acknowledged to me that he�she executed the same as the act and deed of � � `` ��l�' ' far the purposes and cansideration therein expressed and in the capatity therein stat�d. GIVEN LINDER MY HANb ANEl SEAL OF OFFICE this� day af ' , 20�� ��,p,r r„ 7r8d A. Meek ' ���["' � # Notary Publlc, 5tate af texas �pp �q5qg�qq fVotary Publi� in and for the 5tate of iexas �'�n� � My GammiSBlDn Expfres �610Bl2024 ENa �F SECTI�N CITY OF F�RT WDRTH STAH�AR� CONSTftUCTIdN SPECIFICATI�N pQCGMENTS Revised April 2, 2014 Bailey Park Phase 3 City Proje�t No. 1ff3A91 {Please Print} Oa5243-1 de�elflper Awarded Praje�t Agreement Page 1 of 5 1 s�crioN oa 5z a� � A REEMENT 3 TH15 AGREEMENT, autharizerf on �� +s made by and between the Developer, ❑.R. 4 HQrton-7exas, LTD, authorized to da busine s in Texas ["Developer"j, and Gfenn Thurman, fnc . 5 authQrited ta do business in Texas, acting by and through its duly autharized representative, fi �"Contractflr"]. 7 De�eloper and Contractar, in consideration of the mutual cavenants hereinafter set forth, agree 8 as fallaws: 9 Article �. WORI( 1fl Cantractar shall camplete all Wark as specified ❑r inciicated in the Contract C]acuments for the 11 Praject identified herein. 12 Article 2. PROJECT 13 The project far which the Work under the Contract ❑acuments may be the whole ar anly a part 14 is generally descri6ed as faliows: 15 BaileW Park Phase 3 16 Citv Pralect No. 1fl3491 17 ArtitEe 3. CONTRACT7IME 18 3.1 Time is af the essence. 19 All time limits for Milestones, if any, and Final Ac�eptance as stated in the Contract 20 oacuments are af the essence ta this Cantract. 21 3.2 Final Acceptance. 22 The Wark will be �omplete for Final Acceptance within L55_} working days after the date 23 when the Contract Time cammences ta run as pra�ided in Paragraph 12.04 af the 24 Standard City CQnditians vf the Canstruction Contract far De�eloper Awarded Projects. 25 3.3 Liquidated damages 25 Cantractor recagnizes that time is of the essen�e af this Agreement and that De�elaper 27 will sutfer financial foss if the Work is not completed within the times specified in 28 Paragraph 3.2 a6o�e, plus any extension thereof allowed in accordance with Artide 7.Q 29 of the 5tandard City Conditions of the Constru�tian Contract for Qevelaper Awarded 30 Proje�ts. The Contractar also recognizes the delays, expense and difficulties in�oi�ed in CITY flF FOR7 WpRTH 6ailey Park Phase 3 STAIVDARDCONSTRL]CTION SPECIFICATI�N O�CLFMENTS —[]EVELQPERAWAR�EO PR�JECTS City Project Na. 103491 Revised lune i6, 2016 005243-2 ❑eveloper Awarded Project Agreement Page 2 af S 31 32 33 34 35 35 pro�ing in a legal praceeding the actual loss suffered by the ae�eloper if the Warfc is nat completed on time. Accordingly, instead of requiring any such praof , Contractar agrees that as liquidated damages for delay �but not as a penaltyy, Contractor shall pay Develvper One Thousand Rollars [$1,OOd.00j for each day that expires after the time specified in Paragraph 3.2 for Final A�ceptance until the City +ssues the Final Letter of Acceptance. 37 Articfe 4. CONTltACT RRICE 3$ De�eloper agrees to pay Contra�tor for performance af the Work in accordance with the 39 Cantra�t Documents an amount in �urrent funds af Qne Million Two Hundred Thirt -Nine 4� Thausand Two Hundred Fortv Three and 801140 bollars �$i 239 Z43.8� j. 41 Article S. CQNTRACT DOCLJMENTS 42 43 �#4 45 45 47 48 49 5Q 51 52 53 54 55 56 57 58 59 5.1 CONTENTS: A. The Contract ❑acuments which comprise the entire agreement between De�eioper and Cantractar cor��erning the Work eonsist of the following: 1. This Agreement. 2. Attachments ta this Agreement: a. Bid Farm �As pro�ided by Developer] 1j Propasal Form �QAP Versianj 2j Prequalification Statement 3} State and Federal do�uments {projectspecrfrc] t�. Insuran�e AC�RD FarmjsJ c. Payment Bond jQAP Version} d. Performance Bond (�AP Versionj e. Maintenance Bond �dAP Versianj f. Pawer af Attarney for the Bonds g. Worker's Compensation Affida�it h. MBE and�vr 56E Commitment Form (If required} 3. 5tandard City General Condi#ions af the Construction Contract for be�eloper Awarded Projects. CITY pF FpRT WORTH STANOAR6CDNSTRUC71flN SPECIFICATIDN �QLUMENTS—OEVELOPER AWARDEP PROlECTS Revised June 16, 201fi eailey Park Phase 3 City ?roject Na. 1p3441 Ofl5243-3 Developer Awarded Praject Agreement Page 3 of 5 6p 4. 5upplementary Canditions. 61 5. 5pe�ifi�atiar�s specifically made a part of the Contract Documents by attachment 62 or, if nat attached, as incorparated hy referenGe and descri�ed in the Table of 53 Contents of the Praject's Cantraet �ocuments. 64 6. Drawings. 55 .. 57 68 59 70 71 72 7. Addenda. 8. Documentation suhsnitted �y Contraetor prior to Notice of Award. 9. The falkawing which may be delivered ar issued after the Effecti�e �ate of the Agreemeni and, if issued, hecome an incorporated part af the Cantract Documents: a. Nati�e to Proceed. b. Fieid Orders. c. Change drders. 73 d. Letter of Final Acceptance. 74 Article 6. IN�EMNIFICATI�N 75 76 77 78 79 SO 81 82 83 84 85 85 87 88 89 9fl 91 fi.3 Cnntraetar ca�enants and agrees to indemnify, hold harmless and defend, a# its awn expense, the city, its officers, servants and emplayees, from and against any and all claims arising aut af, or aileged tn arise out �f, the work and services ta be perfarmed hy the cantra�tar, its afficers, agents, emplayees. subcontractors, licenses or in�itees under this contract. This indemnification ro�ision is s ecificall intQnded to o erate and be effecti�e e�en if it is alle ed nr rv�en that all ar same oi the dama es 6ein sou ht were caused in whale or in art b an act omissian ar ne li ence af the eit . This indemnity pro�ision is intended to intiude, without limitation, indemnity for costs, expenses and legaf fees incurred I�y the city in defending against su�h elaims and causes of aetians. 6.2 Contractor co�enants and agrees to indemnify and hold harmless, at its own expense, the city, its nfficers, servants and employees, from arrd against any and all loss, damage ar destructian of prnperty of the city, arising aut af. or alleged to arise ❑ut vf, the work and services ta 6e performed by the contractor, its officers, agents, employees, suhcnntractors, licensees ar inr►itees under this contract. This indemnification pra�ision is s ecifical! intended to o erate and be effecti►+e e�en if it is alle ed or ro�en that all CITY �F FORT WORTH STAfV6AR{J CDNSTRUCTION SPECIFICA7I�N b�LUMENTS— OEVELOPER AWAR�E� PRaJECTS Re�ised ]une 16, 2015 6ailey Park Phase 3 City Projett Na. 143491 005243-4 De�eloper Awarded Project Agreement Page4of5 92 ar some of the dama�es �ieing snught were_�aused, in whoie or in part, hy any act, 93 amissian or negligence_nf the �i . 94 95 Article 7. M15CELLANEOUS 96 7.1 �erms. 97 Terms used in #his Agreement are defined in Article 1 of the Standard City Conditions of 98 the Constructian Contract for �e�eiaper Awarded Proje�ts. 99 7.2 Assignment of Contrac#. 100 This Agreement, in�luding all of the Contract Documer�ts may not he assigned by the 101 Contractor without the ad�anced express written cansent of the fle�eloper. �fl2 7.3 S�ec�ssors and Assigns. 1fl3 Qe�eloper and Contractar each binds itself, its partners, successors, assigns and legal 1.D4 representati�es to the other party hereto, in respe�t to all co�enants, agreements and ��S ❑bligations cantained in the Contract Do�uments. 105 7.4 Severa�ility. 1a7 Any pro�ision or part ❑f the Contract Documents held ta be unconstitutional, �o+d or 1Q8 unenforceable hy a court of campetent jurisdiction shall be deemed stricken, and ali 1Q9 remaining provisions shalE continue t❑ be �alid and hinding upon bEVELOPER and 110 C�N7RACT�R. 111 7.5 Gaverning Law and Venue. 112 This Agreement, including all of the Contra�t Da�uments is perfarmable in the 5tate ❑f 113 Texas. Venue shall be Tarrant Caunty, Texas, ❑r the �lnited States ❑istri�t Court for the 114 Northern District of Texas, Fart Worth pivision. F��� 116 7.6 Authority to 5ign. 117 Cor�tra�t�r shall attach e�iden�e of authority to sign Agreement, if otf�er than duly 118 authorized signatary of the Contractor. 119 CfTY QF FOR7 WOR7H STANbARO CQ[dSTRUCTI�N SPELIFICAiIQN �OCUINENTS —DEVELOPER AWARdEd PROJECTS Re�ised lune 16, 2fl16 Baifey Park Phase 3 City Project Na. 1D3491 p0 52 43 - 5 ❑e�eloper Awarded Project Agreement Page 5 oi 5 120 121 122 123 I24 IN WITNE55 WHEREDF, Developer and Contractar have executed this Agreement in multiple Gounterparts. This Agreement is effeeti�e as of the last date signed by the Parties �"Effective Date"j Contractor: Glenn Thurman, In� (Printed Namej 125 Address: P.O. Box $5a842 City�5tate�2ip: Mesquite, TX 75185-a$42 de�eloper: D.R. Horton-Texas, LT� ey: , �5ignat Title: Company name: ❑.R. Hortan-Texas, !TD Address: 6751 NQrth Freeway City�State/2ip: Fort Warth, T}C 76131 � � � C---, ❑ate Date C1TY QF F�RT WORTH STANDARQ COIVSTRLlCTIflN SPECIFICAFI�N DOCUMENiS—DEVELQPERAWAR�EO PR�lECTS Revised June 16, 2�16 Bailey Park Phase 3 City Project No. 103491 Title: ��� Company Name: Glenn Thurman, In� �Ofi125-1 CBiL'f7Fl(:A7"l-: ON' INSURl1I�C� Pagc I o£ I 1 2 3 4 5 5 7 8 9 �o ii iz 13 14 15 lb 17 1$ l9 20 �] 22 23 24 SECTI�N �D 51 25 CERTIFICATE DF IIti SURANC�: E�vn oF sEc-rioN C[TY L7F FOH'I' WQItT�3 STA�1BAAiJ CC]NSTfLUCCION SPECIFiCATIflN Di7CUMENT$ Re�iscd Iuly 1, 2U1 l Bailey Par�c Phase 3 City Project No. 1�3491 Bn��� �n. 9 �88��4? 006�13-i PERFDRv�aNCE Sovo Pa�e ! of 3 1 2 3 4 5 6 7 B 9 2� i1 12 13 14 15 16 27 18 19 THE STATF �F iExA5 SECfIDN 00 62 i3 P�RFORMA[VCE B�ND �7 � KfYDW ALL BY THESE PRESEfVTS: CDUNTY �F TARRANT § T�hat we, . Glenn Thurrr�an. Inc , known as "Princi�al" herein and Colociial American Casuaity and Surety Company ___ , a�orpflrate surety(sureties, if more than onej duly authorired to do b�ssiness in the Staie of Texas, knnwn as "SUret�' herein {whether a�re o� mvret, are he�d and frmly trvund unta the ae+re�opef,D.�. Hortar�-Texas, l,�[}, autharired to do business in Texas �"De�eloper"j and the �ty aF Fort Worth, a Texas mur�icipal corporation �"City"], in the penal sum of, One M+liion Two Hundred Thirtk Nine Thvusand Two Hundred Fony Three and 8�/ZOQ {]ollars tS1,239,243.80 }, lawful maney of the United 5tates, ta he paid in Fort Wvrth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unta tk+e Developer and the City as dudl ab�igees, we bind ourselves, �ur heirs, exe�utors, administrators, su«essors and assigns, jointly and severally, firmly by these presents. W1iEREAS, Developer and City ha�e entered into an Agreement fnr the constru�tion of comrriunity fa�ilities i� the City of Fort Warth by and thro�gh a Community Facilities Agreement. CFA Number_CFA2�-D(305 ; and 2� WHEitEA�, the Principal has entered into a tertain wr:tten �ontract with ihe Qeveioper awarded -�� 2T the d ay ai����..f � 2��`which Cflntra�t is hereby referred to and made a 22 part hereot for ali purposes as �� �uiry set forth herein, tv furnish ali materials, e�uipme�lt iak]pr 23 and attser atcessories defined hy law, fn ihe prosecutian af the Wark, iniluding any Change 24 Orders, as pro�ided for in said Contra�t designated as Paving, Drainage, �tility, & 5treet Lighiing 25 impro�ements to serve.6aiiey Park Phase 3. �6 NOW, THE#�EFORE, the conditian of thiS aE7ligation is suth That if the said prinCipaf shall z7 faithfully perform it obligations under the Cantrart and sha�f in a!I respects duly and faithfuily 28 perform the Work, inciuding Change �rderS, under the Cor�tract, a�tording to t�e plans, Z9 speci#i�atians, and contract dacuments therein referred tn, and as wel3 during any period af CIiY aF fQRT WORTH Baifey Park Phase 3 STRN�ARO CITY�pNDITIDNS-OEVELpPERAWAR�EO PROJECTS City Project'vo. 10349� Rpvisedlanuary 31, 2017 aos2 ia-z PERFORMAHCEBpN� Page 2 of 3 1 extension of the Cvntratt that may he granted on the part of the �e�elaper and/or City, then z this o6figation shalf be and �etame null and �►aid, atherwise to remain In full fQrce and efFect. 3 PROVIbfd FURTHER, that if any fegal azt+Qn he filed an this Bond, venue shall fie in 4 Tarrant County, Texas ar the UnEted 5tates District Cnurt for the Northem �istr€�t of Texa�, Fart 5 W�rth Di�ision. fi ihis �vnd is made and executed in eompEiance with the provisians of Chapter2253 af 7' the Texas Gavernment Code, as amended, and ap liabilities on this t�ond shall he deteamined ir� 8 aG[ordanre with the pra�isions of said statue. 9 IN WiTNE�S WHEREQF. the Pr�ntipai and the 5urety ha�e S1GNE� and SERLED this i0 instru►nent by duly authQrired agents and offi�ers an this the ��ny����� I1 12 13 7,4 1� 16 17 18 19 2n 21 2T z� �� 25 i6 27 ATf ES {Principai] Secretary �� � �--.. ���� � Wit�ess as tfl Principal PRINCIPAL; Glenn 1'hu�' 8Y: '�"raT°jr I�. �ay:'�C�' � F'�f"U' � IVE VI�� �'��r;r�fi,`T - �Fame and Title Address: P.O. Bax 850842 Mes uite�T?( 75185=D8a2 __ CIIY OF FdRT WDRiH Bailey Park Phase 3 STANOAR4 CiTY CONOiTi6N5— UEYELOYFR AWARDEO PROIFCTS CitY ProJert No.143491 Rev3sed lanuary 31. Io12 aasz�3-3 PERFDRMANLf BflHJ Page 3 ef 3 I 2 3 4 5 6 7 8 9 10 lf 12 13 14 15 � 36 -� ]7 Witness as tv 5urety 18 19 24 SURETY Colonial Ameri�an L'asualty and 5urety Conzpany : �7 BY:r .- ��r . � - � 5ignature Robhi 1�'ic�rales, Attorciey-in-fact fVame and Titie Address: 5UU5 LSJ Freeway, 5uite 154� Dallas, TY 75?44 Telephone Number: ? � �'989-��> > 21 *Note: If sig�ed hy an officer of the Surety Cvmpany, there must 6e an file a certified extratt 22 frort� the �y-I�ws showing that this person has authority to sign su�h abligation. If 23 5urety's physfcal address is different fram its maiEingaddress, hath must be provided. 24 25 The date of ihe hond shall n�t be priar to the date the Contraet is awarded. 26 pSY Of FOR7 WOR�N Balley Park Phase 3 STAMOARD Gll' CffH01714H5—aEYfLOPfRRWAftpEp PROlfCTS Clty Prajet[ No, I0349i Revlsed lanuary 31, 2P12 Brn�d IVo. i):�$$�=i'? 006�14-1 PAYhrENT 9QN0 Page i of 3 z z 3 4 5 6 7 8 9 10 11 1Z 13 14 15 1G 17 S�trion� aa �i ia �ArnnFruT evn�v 7H E STA7E OF TE](AS ��llNTY OF TARRANT 3 4 KNOW A�.l. BYTHESE PRE5EHT�: � That we, Glen� Thurman, Inc known as "PriRcipal" herein, and Coionial American Casualty and Siirety Coi��pany , a corpvrate surety (❑� sufeties if more than one], duly authorited to do business in the State of Texas, knQwn as "5ure#y" herein [whether one ar morej, are held and firmly �ound u�ato the �e�eloper, d.R. Horton-Texas, L�O, autharixed to do business in 7exas "{devetoper"=, and the City of Fort Warth, a Texas municipal torporation {"City'}, €n the penal sum of Qne Millfon 7wa Hund���i Thi�ty Nine �'hvusand �wo Hundred FartyThree and. SO�l�fl poliars �S1.Z39.243.8�1. lawfui maney af the lJnited States, to be paid in Fort Worth, Tarrant County, TexaS, for the payment of whi�h sum well and trUly t�e made join#ly unto the ❑eveloper and the �ty as duaf ❑bligees, we kaind aursel�es, our heirs, executors. administrators, su�cessors and assig�s, jointly ar�c3 se�eraily, firmly by Ehese preserts: 1$ WHfREAS, de�eloper and City ht�ve entered into an Agreement fo► the �anstruction nf 19 tommunity fatilities in the City of Fort Worth, by and through a Camrnunity Facilities 24 Ag�eement, CFA Number CFA22- 0 - and Z1 zz x� 24 25 2fi WFIEREAS, rincspa4 has entered inta a cer[ain written Cantract with Devesoper, awarded the _�day of �� 70�7 ; whith Gantra�t is hereby ��^ w.�. �l rFfprred ta and made a Qart hersaf far all purQpses aS if fully set forth herein, to furnish all materiais, equipment, [abor and other a�cessaries as defined by law, in the prosecution of the Work as provided far in said Contra�t and desigr►ated as Wa�ing, Drainage, Utifity, & 5treet l.ighiing Imprnvernents ta serr�e gai(ev Park Phase 3. 27 NOW� iHEREFORE, THE CONOfT{Oh1 ❑F TNIS OgLIGATION is su�h that if Printipal shafl 28 pay �li rnonies awing to any [and al�] payment 6ond benefi�iary [as defined in Chapter 2253 af Z9 the Texas Grn+ernment Cvde, as amendedJ in the prosecution of the Work under the Contract, LFTY Q� FORT WaRTH Bailey Park Phase � STANOARO CfTY CQN01?IONS - 4EVELOPCR AWARbED PRO�ECfS Glty P-vjCCt No. 1�3d91 Revfsed WnuaN 31, 20k2 oa �2 ia - z pAYAREI�t? BpNb Page t af 3 1 then this oh�igation shail be ar�d trecome nuil and void; atiterwise ta remain in full force and z e�tect. 3 This bond is made and executed in tompliarttie with the �ra�isions of Chapter 2253 of 4 the Texas Go►►ernment Code, as amended, and all lia�ilities an this bond 5hall be determined in 5 actordance with the provisions of said statute. b lN WITNESS WHEREOF, the Principal and Surety havQ each SEGNEO and S�A�E❑ this 7 instrument by duly authariaed agents and ❑fficers an this the - I"� `_ day � 8 ��.�1 �L..� Z4 �� � 9 ATTEST: � � �� �Princlpal)5ecretary �'��������� G-�:��_ --- - - - - Witness as to Principal PRINCIPAL: Gfenn Thurman, Int 6Y: ' 5ignatUre �.iary• R. �Ray�L�r T: �'��UT�TE ��� rR l�ame and Titic Address: P.�. Box 85484� Mesquite, i7( 75185-�842 GiVpF FpRi WORTH SaNry Park phase 3 STANDARp [7TY CallofTIpNS — DEVELDPCR AWqRDED PRDIEC�S Clry Profect Nv. 1�3491 Revlud January 31. 2012 ❑a 62 14 - 3 PAYMENT BOkQ Ppge3of3 A�TEST: - -��o'-'+��� {Surety� Secretary Witr�ess as ta Surety � 511R ETY: Culonial American Casualty and Sureri C'nmpany 9Y: ��.z-r.,e..ci �a����! . 5ignature Ra�hi �Toraies. i�ttorziey-iri_fact Name ancf Tirle Add►ess: 5DU5 LBJ f�reewa uite 15 �alias, "CX 75244 Telephone Numher: 214i989-U00� 2 Nate: If signed by an vfficer of t�te Surety, ihere must he on file a certified extract frorr► the 3 hyfaws showing that this person has authority xo ssgn su�h obitgation. If 5urety's physical 4 address is different fram its mailing address, hcath must he provided. F� 5 The date of the bond shall nat he prior to the date the Contract is awarded. 7 S END OF 5ERIDN CfTY pF FOR7 WDR7H Biiky Park Phaee 3 STAN�ARQ CITY CONDIT�NS— OEYELUgER AWAROEb PR03ECTS Cfty Qvojxt No, 703497 Revised 7anuary 31, 2U12 F3c�rid \u. 4.�48��? p6 62 19 - 1 MAIiVTEHAHCE 94N� Page 1 oi 4 i 2 3 4 S 6 7 THE STAtE OF TEJ[A5 � s�crEon� oo sz �� MAINTENANCE 80ND 8 9 1a 11 12 13 14 15 16 17 18 CDUlVTY Of TARRANT Cj § KNdW AL! BY THESE PRE5fNT5: �hat we Glenn Thurman. Ene , known as "Principa�" herein and Coloniai American Casualry ai�d Surety Campan� � a corporate surety {suretie5, if more than onej duiy authorixed tn da business in tt�e 5tate of Texas, known as "5urety" herein �wheiher ane or more}, are hefd and firmiy bounrf unto the aevelvper, ❑.R. Horton-Texas, LT�, authorired to do business in Texas t"De�eloper"j and tF�e City of Fort Worth, a Texas munieipai corporation {"City"j, in the Sum of One Million Twa Hundred Thi Nine Thausand Twa Hundred For Three and 84 T.OQ �}olla�s {$i.234,Z43.$ai, iawfu� money �f the ilnited 5tates, to be paid in Fart WaRh, TarrantCounty, �exas, far payment of whi�h sum weli and truly �e madejaintfy unto tF�e ❑er►eEoper and the City as d�al obligees and their successors, we bind ourselves, our heirs, executors, atiministrators, suteessors and assigns,jointly and se�erally, firmly by these presents. I9 WHEREAS, i]eveloper and City ha�e entered int❑ an Agreeme�t for the construction ❑� dD community faeiGties in the City of Fort Worth by and Lhrough a Community �a�ilities Agreement, 21 CFA Numher CFA22-0005_: and 22 WHEREAS. t►�P orincipal has enterec4 into a eertain written contract with the �eve4aper Z3 awarded the� day of _��..�.G�.i_�'`� ___ . ZD�„� hic� Contract is Ll - 24 herehy referred to and a made part hereaf for all purposes as if fully set farth herein, to fufnish 25 aii rr}aterials, equipment la6ar and other a�ressories as defined by law, in the prosecution of the 26 Work, including any Werk resulting from a duly authariaed Change order [collectiveiy herein, �] tt�e "Work"j as pravided for sn said Corrtract an� designated as Pa�ing, Qrainage, Litility, & 5treet �8 tighting Impro�ements to ser�e Baile Park Phase 3� and 29 CI7Y OF FpRT WpR7H Bailey Aark Phas! 3 STANOARp CIFY COHOIT[ONS— 6EVELQPER AWARpEp PROJki'i5 Glty PrCJe�t Nv. 103491 Revksed lanu�ry 3l, 2�12 O[16� 19 • 2 MAINTENANCf 90H❑ �a;e 2 of a 1 WHEREAS, Principal t�inds itself to use s�ch materials and to so eonstruct the W�rk in � accordance with the plans, specifi�ations and Contract �ocuments that the Work is and will 3 �'ernain free frorn defects in materiais or warkmanship for and during the period of two j2] yedrs 4 after the date of Final Acceptance of the Work �y the City ("Maintenanee Period"J; and �7 5 WHEREAS, Principak hinds itself to repair or re�anstruct the Wark in whole or ir� pari upon 7 recei�ing nfltice from the Developer and/or City o# the need thereof at any time with'tn the 8 Maintenante Period. 5 10 M1EOW THEREFDRE, the condition of this ol�ligation is suth that if Principaf shalV remedy 1] any defeetive Wark, for whic#� timely notice was provided by Qe�etoper nr City, to a campletian 1� satisfa�tary to the City, then this ohligation 5hall be�ome nulf and void; atherwise to remain in 13 full #orce and efFe�t. 14 15 PR[]VtDE�, HDWEVER, if Prin�ipal shall fail sv ta repair or recanstrucr any timely 16 noticed defective Wvrk, it is agreed that thp Qe�eloperor City may cause any and all such 17 defective Work to �e repaired and{or reconstru�ted with aH asso�iated G�sts thereaf �eing 18 borne k�y the Prin�i�ai and the Surety �tnder this Maintenance Bond; and 19 24 PROVI�ED FURT}iER, tt�at i# arsy legal attion be fkled on this Bond, �enue sha!! lie in �1 Tarra�t Cnunty, Texas or khe United 5tates ❑istrict Caurt for the Northern Dis�rict of Texas, Fprt 22 W�rth �ivision; and Z3 z4 PR�V�DEO FURTHER, that this obligation shall be cantinunus in nature and successive 2S recnveries may be had hereon for successi�e breaches. Cf1Y aF FaRT WpRTl1 Bailey Park Phasr 3 STAN�ARQ Ci7V Cp1ypITIflNS — pEVELC3FER AW0.RQE0 PRp]ECfS C4ty PraJe�t Ha. IQ3491 Rrrlsedlanuary33, 2Q17 oaeza�-3 MaiKr�NaKc� eaN❑ Page 3 e! b 1 IN W{TNE55 WHEREaF, [he Principal and the 5urety have ea�h 51GN�a anr� SEALED this 2 lnstrurnent by duly autharized ageht5 and officers an this thE"[`,� �ay a��E4��71� 3 4 5 5 7 $ 9 1� 11 iz ]3 14 15 16 17' 18 19 2fl 2i 22 z3 24 2S 26 T: r� {Rrintipall 5eeretary 1�� � �"'�{5�r� �1 T f/r , ' + I f� -'"_"" .. V Wltness as ta Prineipal PRiNC�PAt: Glenn 1'hurr»an�, I�. BY: �i2tT'� �. �1V�tn� EX�C�77�V� VIC'.� pT��'C�T}?'+rT Name and 7itle Ad dress: P L] .�q�4 $iP$4�. ... _ . Mest�uite117( 75185-0842 CiTY oF foR� wORTH 6adey Parlr Phase 3 STANQARp CITY CON�E'IIDlJS — DEVfIOFERAWAROF£s PRO]ECTS [�ty Pra)ect ryo. t03a41 Revisad }anuary 31. 2022 oa6zi9-a MAIhiTENANCE BONa Page 4 of 4 1 a 3 4 5 6 7 8 3 TQ 11 12 13 ld 15 16 17 18 19 20 �1 Z2 23 7R ATTEST: .���,.ut {Surety} Secretary � �� Witness as to 5urety su�Err: Colonial American Casualty and Stirety Company ��: �.�--�..�- - � ��.�.�- - Signature Robbi ��tora�es. ArfQrney-�n-fact Narne and Tit�e Address: 7005 LBJ Freeway, Suite ] 50D ❑allas. TX 75244 7elephane IVum�er: 2141989-Q4�fl 'Nate: If signed by an affiter of tfi�e Surety Company, there must be an file a certified extratt fr�m the hy-Eaws shvwing that thiS pe�son has authority to sign sucfi o��igation. If Surety's physical address Is difierent fram its maiiingaddress. hoth must be prn►+ided. �he date af the bond sha3f not be priar to the date the Contra�t is awarded. prr aF FaRT wofl�x STANDARC Cl�Y CUHpITIpAiS - 6FVELpPFp AWARdEd PRO}ECT5 Rev[sed J�nuary 31, 2D12 6�Ifey Pirk DhAs! 3 City Prviect No. 1�3�/92 'I,.i-Rii'Ii :atilETd1{';1\ 1�SL R��ti['E ('(]�1P:�11 C()l.Uti1.�L �Ilik:lZ][' 7� {',�51':iLT1' AtiD 5l HETI ['Q�11':atiY' FIUELi'I'1' .1\� DEP(]5F'C (:C]11PA��' OF �i:�RYL�1\D F'Q1'4'�IZ OF .aT�'�R�F.I' K'tifll�' �1LL �iE1 i3Y T�IESE f'fZ�SENTS: "fha� ihe TL.!RiCH AviF.•.RICA1`r ItiSi1Rn'tiCE COti1PANY. a corpnrflcinn c�l' �he 5iate nt'T�Ie�v Yur�:. t}�c COI..Utii��L. A�1�i�ICAIti CASUAL"fY A�II] SURF.-.�fY Cf7!IiPA�Y, a cn3�poratio�� of the 5tate ol� I11iFinis, aizd the FIDELI7"Y AItiD 17EP�5iT C�MPA�Y OT Vi11RYI.11tiD a[:ar�nratinn ❑f' the 5lal� aF I4Einois [he3•ein cnllec�i� el}• calied [he "C'ampanizs"]. hy' lin��ert I?. 1lurrar', Vice President. in ptiirsuaizce ol�autl�vrit} gra��ted hy Articie'V, 5e�iion S. of tl�� B}-I_a��s ol�sair! Companies. ���l�icli are u:t l�i�lh on thv rev���c �ide liereok' and are hereby certilied t� hc in full toree a�zd et'E'ect un the datc h�rcc�i. do hzrery no�tiiinale.. Constitufe, anc{ appoin[ Etic:�i•du .I. RL1`\':1, I'inx ti{C:ELV:�\. I3izn ti. C'i]iZtiF:t�6�. Jnshua S:�L'\Ilt:E�S, Rnhhi �iOiL�I,ES, Sophinic ill 1'I'I�:li, [icliy r�. 11'E5'I'BHq(]It, �'unie I'F:TR.I1E:Ii, �Iilcxrla i'�:I'l'�.fiS uf f3x[[xs, "Ce�ds, F:,�Cfi, it5 true and la��fu[ aQeE2f and �lttnrnct-in- I'�cL lu make, execu�e. sc:ai 2�zd eieli�er, f«r. and oir irs ��ehalf as surcty. and as i�s act and dc;ed: dn►' and xl! bonds and undertaltings, and �E�c: e��c�ition nl�sucfl Uonds or undc:r�akiEigs in E�Ursua�lc� of tliese �rtseE�Es. shali Eie as l�indi3�� u�nn said Crnnpanies. as Fufly a�zd ai�ipl}. tc� ;aii iri�e�its and �urpUses. as it'[hvy had bee3� dul} exc:culed a�td ack��oti�•ledeed h}• tft� 3•cguEari� �l�ci��f o1'tice3's nl�tf�c 7_ilRICIi nVIF�RIC �� i�i5i1R�1tit'I� C'aMP,'ItiIY at i�s o[�ic� in N��v Yarlc. ti.:�+ Yurk,. the re�ula�'[�' �[ee�e�l o['I1�ir� uC [l�� C{)LUI�fAL A��i:RICA�] C'A5i1AI_TY ATt� 5C1Rl:TY C(]MPA�iY at its of'fice iiz C)�� inLs Mil1s, 7Rar�•kand., and thc r�gularl� cle��ed alli�crs nf ihe Ff �ELiTY Rlv�] i)E:I'C)Sf'I' CC7hiPANY [7F iViARYLnti'f] ai its ni�icc in On inws Mills. til�u�l�ind.. in �E��ir nuis prnper persc3ias. The said Vire i'resident c�oes heeeb� certif} thn� tl�e extr:ict set Cw71i n�i tl�� re�erse side hereof' is n triie cnp�' of Article V. Sectinn S. o�' ihe �i�-i_���s ol'said Ca»�panies. a3�d is �io�� in f'n�•�e. 1?ti Gl'f"��i:tiS 4��11F.ftF,UT=. il�c �aicl Vi��-i'r�sid�rt[ has hcrr�ti3�10 sui�scrihed hislher nanzcs and affi�ed the C'orporate 5eals ni'�he said T,�`i2iCFi ;111F.�;iCA\ T�ti51.'R.1'tiC'F. CC3�1�'Atil', CDi.f]tii.-ii. A�TF..HIC.1\ C:ISi:�iLTI' :�\i] 5L'•RETI' C'��11'.1\1', an� FIDEI.IT1':1\Tl TJEP05iT ('O�IP.-1`1' f1F ]11R1 L.-r�n. ��,�� I]th d��. n� iTa.. :'I.U. 202 ]. r o a�,a:, � � � � I�r� _ ! � ��r � trw � � •6 :�TTI:S�': �t�ar��rt :��c� r�rc.�ti 2tisi a ��cH_ c-or.�r�:��� C(][.D��A[.:��fEit3C':�\ CA5i.:iLl�! .�1i) St R€:TS' f:[)�1P:�\1" Fl�l?L[T 1' �i1[} [7f:1'OSfT C04iP.a�l' pF �1:�R1 L.I�U ��� Rf': Rabn+•� D. :1lrri�rr�1� i'ice Y+•esicleitt f31�: UcrSrrt E. 14rrns'ir SecreraM� 5txte of �lar►land f�vunt�' nf' [3;tltintnrc U�1 tnis I I �ii da� oi' �1a}. A.fJ. ?G?l. hct'ore lfic subscriber, a i�lotar� Puhlic nt'tlte S�ate ot titian4aaid. dulr commissioued an�i qiialil'��;l. Rubert El, �Turray, �"ice PrrsiSr��� �ud �a�vn E. RroH�, Secreta�y o1 the Cnmpanies. tc� m� persanall� icilu�vn ta �e tl�e indi�iduaEs aud ot'tice�s descri�ed in and �rfia �xceu�ed [i1c ��recccling instrumcnt, �nd acknonirdged tlie e�ecution a!'sauee, and heing hr mc du{y s��orn. dcpusedl a�id sai[h. lha� heJsh� is th� said nl�'i�cr of tlie Ccsmpan�• .il"uresaid. ms� that ih� scais altl�ced �o [iie pr�c�din� instna�ii�ne are �he Corpnrate Sea[s of said Co�tispa�lirs, and tliat the saiJ CorErc�ra[� S�al� and thc sicnaturc as such atliecr �<<ere duh al�'ixed an� subscrcbed ta �iic said instru3nent i�} t]�e authurin• a�zd direc[ion o['the said �orparations. 3lti Tl=STiNiUNI' VvT-IFRE�T. I IiaLc here�uita set my htind ai�d af!'iticd m}• nE'ti�oal Seal she da� and �•ear 1'irsi abo�•e ��ritten. .:ii�i,,,�, r-, �i,� � . . `--0�'►'�'C'���. �L , �,�U1.wr,/ � � . .��'. ,.•,� :�•' _ Cu�istan�e.4. Dimn, tiotan Yublic �'�;' h4}' Cflmmiss�oo7 E+�pires' July 9, 2Uw3 � � � t, �,,. Aiithenti�ity af this bond can be eonfirmed at boEzdvalidafar.xu2•icEena.com nr 41U-559-879U � zu��cH Texa$ Impor�ant Nvtice IMPORT'ANT NOTICE To obtain infarmation or make a complaint: AVIS❑ IMPORiAMTE Para obtener inforrr3acion a para presentar una queja: You may call Zurich North America's toll-free telephone number for information or to make a �omplaint at: '1-800-38Z-2150 You may contact the Texas Qepartment af Insurance to obtain informatian on companies, co�erages, rights, ❑r complaints at: 1-800-252-3439 You may write the Texas C7epartrnent of Insurance: P.O. 8ox � 491 �4 Austin, TX 78714-9144 Fax: �512] 49�-10a7 Web: www.tdi.texas.go� �-mail: ConsumerProte�tion@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: 5hould you have a cfispute concerning your premium or ahout a claim, you should canfact the �ampany first. If the dispute is not resol�ed, you may contact the 7exas Department of Insurance. ATTACH THIS NOTICE TD YQUR POLICY: T}�is nv#ice is for information only and does nof be�ome a part or canditian of the attached document. Usted puede Ilamar al nUmero de t�lefano gratuito de Zurich Narth Ameri�a's para obtener informacion o para presentar una queja al: 1-500-382-2150 Usted puede �omunicarse con el departamenta de 5e- guros d� �exas para obtener informacion sobre corn- panias. �oberturas, derechas, ❑ quejas al; 1-$UO-252-3439 Usted puede escribir al ❑epartamenta de Seguros de Texas a: P.fl. Bax 1491 D4 Austin, TX 78714-9104 Fax� [512} 490-10�7 5it�o web: www.tdi.texas.go� E-mail: ConsumerProtectian@tdi.texas.gov DISPLlTAS P�R PRIMAS ❑E SEGLJRDS O RECLAMACI�NES: 5i tiene una disputa relaciQnada con su prima de seguro ❑ con una reclamacion. usted debe comunicarse corr !a compania primero. 5i la disputa no es resuelta, usted puede camunicarse �an el Qe�artamento de Seguros de Texas. ADJLINTE ESTE AVISO A SU POLIZA: Este aviso es soiamente para propasitos informativas y no se con- �ierte en parte a en condicion del documento adjunta. u-�u-29s-E fosri�} Page 1 of 1 SECT1flN 0� 41 a� — PRDP�SAL DEVEL[7PER AWARDED C�NTRACTS This prnposa� �r�ust not be remo�ed from this book of Contract Uacuments. TU: PR�P�S�L FOR: S'T'RF.ET [�IGHTING IMPR�VEM�NS PRQICCT NAME: gAILEY PARK PHASE 3 F[LF. N�. W-2789 C:iTY PR[}JECT ND. 1034g1 Includes the furnishing of all materials, equipment and labar for the installation af inedian ❑penings, left turn lane, water & sanitary sewe�- improve�nents and all ne�essary appurtenances and incidental wark to pro�ide a comple#e and ser�iceable project designated as: PAVING, DRAINAGE, UTILITY, & STREET LIGHTXNG IMPROVEMENTS TD SERVE BAILEY PARK PHASE 3 Pursuant to the foregoin� "Notice to Bicfders', the undersigned Bidder, ha�ing thoroughly exarnined the Cantract Documenfs, incfuding pkans, speciai contract documents, the Technical Specifications listed ir� this contract, the site of the project and understanding the amount of w�rk to be done, and the pre�ailing condil.ions, hereby proposes to do all the work, furnish ail lal�or, eyuipment and materiaf ex�ept as specifed to be furnished by tl�e City, which is necessary ta fully complete the wnrk as pra�ided in the Plans and Contract llocuments and subjcct to the inspection and appro�al of the Director of the �epartment of Z�ransportation & Publi� Works of thc City of Part Worth, Texas; ar�d bEnds himse�f up�n acceptance of this Proposal to execute a contract and furnish an appro�ed Performance Eond, }'ayment Sond, Maintenance Sond, and such ather bonds, if any, as may be re[}uired by the Contract Dacuments for fhe perf�orming and camp[eting of the said work. Contractor praposes to do the work within the t'sme stated and for t�e foliowing sums: Furnish and install, including afl appurtenant work, complete in place, the fallowing items: PART B - PROP�SAL (C;ont.} After acceptance ❑f this Proposa[, the undersigned will execute the tormat contract ar�d will deli�er an appro�ed Surety 8ond and such ather bonds as required by the Contract ❑ocumenfs, for the faithful performance of the Contract. The attached bid security, if required, is ta become the property of the De�eloper. T�he successfu� biddcr shall he rcquired to perform the work in acc�rd with these contract docuinents and the technica! speci�cations a�ailable in City of Fort Worth's Project Resoure�s website site (t�ttps:lla�s__.fnrtw�rthtexas.�o�IPresjectResnurccsl} and incorporated herein and made a part hereaf for all purposes. F�a�� i orz �i�he undersigned assures that its employees and applicants for employment and thos� of any labQr orgaiiization, subcontractars, or errtplayment agency in either furnishing or referring employee applicants to the undersigned are not discriminated againsi as prohibited by the terms of City 4rdinance No. 7278 as amended by City Drdinance No. 74fla. The Sidder agrees to 6cgin constructinn within ' � working days after issue of the w�rk order, and to complete the c�ntract within 1� �� {�J�= } working days af'ter beginning construction as set forth in the written work order to be furnishec� by the dwner. 1{we) ackrtawledge receipt ❑f the following addenda to the plans and specifications, all of the pro�isions and requireme�lts of which have been taken inta consideratian on preparat's�n of the foregoing bid: Ad�lenduin No. f ([��itials} Addendum No. 2 (Initia�s} 1lddendum No. 3 (2s�itials} Addendurrt Na. 4 (Initials) Respectfully submitted, �;��� :.�d�.�:�- i,�� ��-�-���� Name af Contractor � I�y: { ignature) �-� L��a�� (Printed Name} Title: � ��� �`�.�� Corripany Name Address Emai l Telephone Inde endent Lltilit C;onstruction lnc 51 �9 Sun Valley Dri�e __ F�rt Worth, TX 7G1 19 esti matin�(c�7iuctx. com $17-47$-4444 Pagc 2 af 2 oa ax �a ❑AP • BID PROPOSAL Page 1 of 2 s�cnoN oa az as De�elaper AwarcSed Prajects - PRaP05AL FORM UNIT PRICE Bli] Bidder's Appiication Projecl Ttem in[ormatien Bzdde�s Propossl Sidlist [tem ��o� Spacification Unit of ��d F]nit Pnce Bid Valuc No. Section Na. Measurc Quantsry UNIT V: TREEi LIGHTkMG IMPR�VE EN 1 2605.30'E5 2" C�NDT PVC SCH 80 {Ty 2& a5 33 LF 2,425 $14.82 ;35,453.5� 2 3d4t.3�50 FumishllnstaA LEQ L'sghting Fixture [70 watt 3�1 k7 20 �A Cabra Head) 3(1 $321.00 $9,63Q.04 3 344t.3301 Rdvey {Ilum Founclatian TY 1,2, and 4 3a 41 2p �A 30 gi,322Aa i39,6fi0.00 4 3444.3351 Fumishllnstall Rdway Illum iY 11 Poie 34 41 2Q �A 3� $1,8i8Afl $54,540.Ofl 5 344i.1645 FumEshlfr�stall Type 336 Arm 34 di 10 EA 3fl 51gg,flfl 35,fi70.00 6 3d41.141p NO t0lnsulated ElecCondr 3441 10 LF 7,275 $1.20 38,73D.Ofl 7 $ 9 �o 11 �2 13 14 tis �s 17 18 19 20 x� z2 23 24 25 26 27 28 28 30 31 32 33 34 35 3fi 37 38 39 4U 41 42 43 AA 45 NIT V: STREET tEGHiIHG IMPR� $153,683.50 cr� aF Faxr woxrH STANBMD CONS7RLCT70N SPF,I'IFICATIpN DpCLfA¢.MS - I]EV£LOPIIt AWARDED PROi�C'f5 FOrm Versian Msy 23. 20i9 DO 42 4] 8Wq• Prk Phax 3 Slre�Lgh6 Sid 90 �2 r3 O.AP • 81P PkOPQSAL Page 2 of 7 s�croN ao as aa Qe�etoper Awarded Projects - PRflPOSAL FDF2M L1NIT PRICE BID Bidder's Appli�atian Projoclltem Infarmaiian Biddeds Praposal Bid3i5f I[em Dcscziption Specifica[ion Unit af H�d unit Nrice B�d Value No. Sert�on Na 1�Seas�ue Quanury Bid Suarmary LIiVIT V: SiREET LIGHTING IMPF2QVEMENfTS $353,883.54 Tad►I Canstrucrion S+d �153,fi83.Sa This Bid is sahmitted hy d�c eatity nainrd helow: SIDDER: lodtpEadeot L�dlity Cp�s�uctiva, lar. S1D9 Sua Valley [}r. Forr wart�,'l'ezas 76l19 SY; ard Wal#e T�T�� President �ATE: �� I � $I��22 Contrxetor agreea to complete ►►'Q[ZIt far F1NAL ACCEPTAHECE within CONTRACT cammences ta run as pro�ided 'm the Geoerql i:ou�itiona �Q working daya after the date whea the EYD OF SECF'I01Y cmr oe Enar wosezH SI'AT.'pNtp CpN5Y0.LCTh�V SPECIFICAttOA' DOCSIMPNTS - DEVELOPLR AW AR17E0 PRO]GCTS Farm V�m May 22. 2DI9 W A1 83 B�iley Pu� Phfec 3 Strutl�ghts Bid nn qs i: onr rRr.qun��F�cnr�on sr,nn:Mr:vr Aage ! of i SECTIDl� Q4 �S 12 DAP - PR�QUAI.IFICATIDN STATEMENT Each Bidder is required to complete the information belaw by idetitifying the prequalificd contractors andlor subcnntrac#ors whom they intend to utiliae for the major work type(s} listed. In thc ";Vlajor WRrk T e" l�ox �ro�idc the com �lete ma'or work e and actual descri tion as rot�idcd 1� thc Water Dcpartmcnt iar wat�r and scwcr and TPW for pa�in� Major Wark Type ContractarlSub�antractor Campany Name Prequalification Gx iratian ❑ate Street Lighting Indepcndcnt Utility Canstruction, Inc 3/41/2023 The undersigned hereby �ertifies that the contracfors andlor subcantractors described in the table abo�e are currently prequalified for the work types listed. 61DDER: Indepcndcnt Utility [:nnstru�tion, Inc 51 �9 5un Valley Dri�e Fart Wor[h, TX 76119 ' i4f� Y V �1 � BY: i ture} TITLE:�f�S►CI �- DATE: � _�� - �� � �— �NO �F SECTIQN CITYPF FpRT WORTH STANOAR� CONSTRl1C710N PRE4UALIFICRTION STFTEMENT — pEVEL6PERAWARI]EG PROlECT500 45 12_PreRualification Statement 2�15_�AP Street Lighting Irtdependent Utility Form Vers�On SeptemGel l, 2Q15 004526-1 COIVTRAC7pR CpMPLiANCE WiTH WORI(ER'S COMPENSATION LAW PagelaTl 1 2 SECfION 00 45 2fi CQNTRACTOR COMPLIANCE WITH W�RKER'S COMPENSATI�N LAW 3 Pursuant ta Texas Labor Code 5ectian 406.Q96�aJ, as amended, Contractor certifies that it 4 prv�icles worker's �ompensatEan insurance co�erage for all of its employees employed an City 5 Project No. 1�3491. Contractor further certifies that, pursuant to Texas Labor Code, 5ectian 6 406.fl95{6}, as amended, it will prQ�ide t� City its subcorttrattar's �ertifi�ates of compliance with 7 worker's �ompensatian �o�erage. S C�NTRACTOR: 9 10 I�de endent Utili� Canstru�tiar� Inc 8y: � �L���� ►� "ui�+- 11 12 13 14 15 15 17 18 19 za 21 Z2 23 24 25 26 Z7 2$ 29 3� 31 32 33 34 35 Company tPlease Print} � 5109 Sun Valle ❑rive Signature: Address Fort Worth, TlC 76119 Title: City�State�Zip THE STA7E OF TE7{AS C�Ifl �l ►1 �'La] � 1_l;i:��I ► t I § § ��� � 1����1� �PEease Print} B❑RE Ml,,E, the un er i n d ata ❑rtty, on this day persanally appeared � 1���'rG� �� x� icnown to me ta be the person whose name is subs�ri�ed to the fQregoin� instr ment, nd ac wlsdged/ t�o me hat he�shre exe�uted the same as the act and deed o i �� �" �� l�� �-�Y�urpases and cansideration therein expressed and in the �apacity therein stated. GIVEN LfNDER MY WANb ANd SEAL OF OFFICE this ��y �1'�� � � ZQf�� . � � �1•�"""�r CNRISYINA GARCIA i q � ��7, PR�.,P,Ubr ::�� �.�'�.if � � z�r• �- IJvtary Publi�, 5tate of Texas :�';��g: Camm. Expires 12-20-P02a Natary Public in and for the State of Texas ".;;p�t;;� Notary ID 13D9A47B5 R �F SECTI�N CITY OF FDRT WORTH STANDARo C{]NSTRUCTION SPECiFICATION pOCUMENTS Re�ised April 2, 2�14 Bailey Park Phase 3 City Project No. 103491 Dfl 52 43 - 1 pe�eloper Awarded Project Agreemertt Page 1 of 5 1 SECTfON QU 52 43 2 A REEMENT 3 THIS AGREEMENi, authorized on ��� �� is made k�y and 6etween the �e�eloper, D.R. 4 Horton-Texas, LTQ, authorized ta do business in Texas �"Developer"j, and lndependent lJtility 5 Canstruction, Inc , authorized to da business in Texas, acting by and through its duly authorkzed �6 representative, �"Contractor"j. 7 Developer and Contractor, in �ansideration af the mutual �o�enants hereinaf#er set farth, agree 8 as fallaws: 9 Artiele 1. WDRK 10 Contractar shall complete al� Work as s�ecified ar indiGated in the Contract Dacuments for the 11 Praject identified herein. 12 Artiele 2. PRDJECT 13 The project far which the Work under the Contract Racuments may he the whQle or anly a part 14 is generally described as follaws: 15 BaileV Park Phase 3 15 Cit Pro'ect No. 1a3491 17 Article 3. C�NiRACT 71ME 18 3.1 Time is af the essen�e. 19 All time iimits for Milestones, if any, and Final Acceptance as stated in the Cantract 2a bocuments are of the ess�nce to this Contract. �1 3.2 Final Acceptance. ZZ The Wark will be complete for Final Acceptance within { 3a } working days after the date 23 when the Contra�t Tim� comrrtenees ta run as �rovided in Paragraph 1�.04 af the 24 5tandard City Conditions of the Constructian Cantract far �e�eloper Awarded Projects. 2S 3.3 Liquidated damages 26 Cantractor recognizes that time is of the essen�e of this Agreement and that Developer �7 will suffer financial lass if the Work is not completed within the times specified in �8 Paragraph 3.2 aba�e, plus any �xtensian thereof allowed in ac�ardance with Article 10 29 af the 5tandard City Conditions Qf the Constructian Contract far De�eloper Awarded 3❑ Proje�ts. The Cantractor also recognizes the delays, expense and difficuEties invaived in CITY OF FOR7 WORTH Bailey Park Phase 3 SiANDARO CONSTRIJCTIDN SPECIFICATI4N 60CllMENTS— OEVELOPER AWARaEO PRdJECfS City Praject Na. 1�3491 Re�ised lune 16, 2016 005243-2 ❑eveloper Awarded Prflje�t Agreement Page 2 of 5 31 32 33 34 35 36 pra�ing in a legal proceeding the actual loss suffered by the de�eloper if the Work is nQt completed on time. Ac�ordingly, instead af requiring any such praof, Contractor agrees that as liquidated damages for delay (but nat as a penalty], Contractor shalG �ay De�eloper Qne �housand ❑ollars {$1,000.0�] fQr each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter af Acceptance. 37 Article 4. CONTRACT PRICE 38 �e�eioper agrees tfl pay Cantra�t�r for perFormance af the Work in accardance with the 39 Contract Do�uments an amount in Gurrent funds of One Hundred Fitty Three Thousand Six 40 Hundred Ei�htV Three and 50�1Qfl Dollars {$153,583.50 y. 4� Article 5. CONTRACT DOCElMENTS 42 �l3 44 45 5.1 C�iV�EiVTS: A. The Contract Documents which �omprise the entire agreement between ❑e�eloper and Contra�t�r concerning the Wark �ansist of the following: 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form �As pro�ided by �e�eloper} 48 1} Proposal Form [DAP Version) 49 2� Prequaiificatian 5tatement 5fl 3} State and Federal dacuments {project specific] S1 h. Insurance AC�RD F�rm(s] 52 c. Payment 6ond �DAP Versian) 53 d. Perfarmance Bond �QAP Version) 54 e. Maintenance 6ond �DAP Versianj 55 f. Power of Attorney for the Bonds 56 g. Worker's Campensation Affidavit 57 h. MBE and�or SBE Commitment Form (1f required} 58 3. 5tandard City General Conditions of the Construction Contract for Developer 59 Awarded Prajects. CITY OF FORT WORTH 6ailey Park Phase 3 STANQARD CflfVSTRIJCTION SPECiFICATiON dbCUMENTS -- []EVELpPER AWAR�ED PROJECTS CiTy Project No. 103441 Re�iseci June 15, 301fi 065243-3 Developer Awarded Project Agreement Page 3 vf 5 6a 4. 5upplementary Conditions. 61 5. 5pecificatians specifically made a part of the Contract pacuments by attachment 62 or, if not attached, as incarporated by reference and described in the Table af 63 Contents of the Praject`s Contract �ocuments. 54 6. Drawings. [:'�7 C� 67 68 69 70 71 72 7. Addenda. 8. bocumentation suhmitted by Contractor prior to Notice of Award. 9. The following which may be deEi�ered or issued after the EfFecti�e ❑ate of the Agreement and, if issued, become an incorporated part ❑f the Cantract pocuments: a. Notice to Pr�ceed. b. Field �rders. c. Change Orders. 73 d. Letter of �inal A�ceptance. 74 Artscle 6. INbEMNIFICATIQN 75 76 77 78 79 80 81 8� 83 84 85 86 87 88 89 9D 97. 6.1 Contractor cn�enants and agrees to indemnify� hold harmless and defend, at its own expense, the city, its officers. servants and empinyees, from and against any and all claims arising ou# nf, nr alleged #o arise nut of, the wark and ser�ices ta he perfnrmed by the contractor, its oi#icers, agents, employees, subcantractors, ficenses or in�itees under this contract. This indemnification pror►ision is specifically intended ta operate ancf he effectir►e e►►en if it is alle ed ar rv�en that all nr snme of the dama es hein sou ht were caused in whale or in art b an act omission or ne li ence of the ci . This incfemnity pra�isian is intended to in�lude, withaut limitatinn, indemnity far tosts, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.� Cantra�tor co�enants and agrees ta indemnify and hald harmless, at its own expense, the city, its afficers, servants and employees, fram and agains# any and all Ioss, damage nr destruction of property af the city� arising out of, or alEeged ta arise out of, the wnrk and services tv he performed hy the contractnr, its offi�ers, agents, emptoyees, subeantractars, licensees or in�itees under this cantract. This indemnification qra�isinn is specifcallv intended to operate and be effeeti�e e�en if it is alle�ed ar qro►►en that all CITY OF FO�t7 WQRTH Bailey Park Phase 3 STANOARp CQNSTRUCTION SPECIFILATION QOCIJMEfVTS—DEVEL�PER AWARDE� PR�lECTS City Praje�t No. I03491 Re�ised June 16, 2016 Ofl5243-4 ❑e�elaper Awarded Project Agreement Page 4 of 5 92 or some �f_the darr�ages being sought were caused, in whole or in part, hy any act, 93 ❑mission or ne�lit�ence of the �itv. 94 95 Artitle 7. M15CELLANEQUS 9fi 7.1 Terms. 97 7erms used in this Agreement are clefined En Article 1 of the Standard City Conditions ❑f 9$ the Construction Contract for De�e�aper Awarded Projects. 99 7.2 Assignment of Cantract. 1�0 This Agreement, including all of the Contract ❑o�uments may not be assigned hy the 1�1 Contractor without ihe ad�anced express written consent of the De�eloper. 1Q2 7.3 Su�cessors and Assigns. 1D3 De�elaper and Contractor each binds itself, its partners, su�cessors, assigns and legal 104 representatives ta the other party hereto, in respect to all coWenants, agreements and 1Q5 obiigatiQns cQntained in the Contract Documents. 106 7.4 5e�erability. 1[}7 Any pra�ision or part ❑f the Contract Documents held ta be unconstitutional, void ❑r 1D8 unenforcea�le by a court of campetent jurisdiction shall !�e deemed stricken, and all 109 remaining pro�isions shall continue t❑ be �alid and binding upon aEVELOPER and 11� C�NTRACT�R. 111 112 113 114 115 7.5 Ga�erning Law and Venue. This Agreement, including all of the Cantract Do�um�nts is performable in the State of Texas. Venue shall be Tarrant Caunty, Texas, or the United 5tates Distrfct Caurt for the Narthern District of Texas, Fort Worth C]ivision. 11� 7.6 Authority to Sign. 117 Contractar sf�all attach e�idence of autharity to sign Agreement, if other than duly 17.8 authoriied signatory of the Contractor. 119 CITY 4� FQRT WORTH STANOARO CONSTRUCTION SPECIFICATIdfV DOCIJMENTS—OEVELOPERAWAR�E� PRQIECTS Re�ised June 16, 2015 Bailey Park Phase 3 City Projer[ No. 103491 aaszas-s pevefoper Awarded Project Agreement Page 5 of 5 120 121 122 123 124 IN WITNESS WNEREOF, De�eloper and Contractar ha�e executed this Agreement in multiple counterparts. This Agreement is effecti�e as of the last date sigr�ed by the Parties �"Effe�ti�e ❑ate"j. Contractor: independent Utility Canstructian, Inc By' � BY. �. (. ' (Signa ureJ � (5ignature) 125 (Printed Namej Title����C ,�. n `�� ,� `C Company Name: Independent Utility Constructian, Inc 5109 Sun Valley �ri�e City/State�Zip: Fort Worth, �7C 75119 Date � _ "j � � ��� �' De�eloper: ❑.R. Horton-Texas, LTa �Printed Namey Title: Campany name: D.R. Horton-Texas, LTD 5751 North Freeway City�State�Zip: FQrt Worth, Tx 76�31 Date `�t��' CQ}�eST�U •,•1�J 4�\ �� �������� .+�%'' �/I � � �� �yp Q � � a�r �� = �'��o�- �,;; � � �w�U ��,_ '�= SEAL`�:�= r � .o� s �: ; � ,,, �.°`,�p .. rs7g .%ry�-' •f �•.....••• p� ,� �L , '��f�� ����7E7(A� ��,■�``� CITY OF FORT WORTH STANDARD CDNSTRLICTlON SPECI�ICATIDN DOCUMENTS—DEVfLOPER AWAR�E� PRa7ECT5 Revised June 16, 2016 Bailey Park Phase 3 City Praject No. 303437 I�ii[,f 1;-1 I'i.ILfi)E:�l:l\C f.l3fltil) Pa��c I c�! ' �i{711C� �U. ��)=�}�=�[41�' � � .� a � f T�� �: sT�-r�: o� �['�:xas C:ULI�ITY C)F TARRANT sEc�rio�ti� o0 6z i� r�E�rtFor��A��F: �c��n § § KNQW AI.I, 13Y T1IF.Si: 1'l21'Si:VTS: § 7 'I'hat ��c. _]n�fep�r�dcnt �]tilitv Constructinn, irlc. , k»t���'n �lS ��PI']I1C1�]�il�� I1L'I'L'fl1 ei3id S 4�'e5tfi�ld Ins�.n�ance Comp�inti� , a corporate surety[s�u�eties, i��3nore than one) tluly � � W ���ithnri�cd tcz do l�usin�ss in ti�e 5tate af'Texas, kno�vn as "5urety" herein (��l�ether nne nr rnnre). ��re hcld and firrnly bot�nd unta tl�e �e�eloper, Li.R. Horton — Tex��s. L']'�}. autharizcd to do business ii� �eYas [`'De�elaper"} and rhe C:itv of Fart Worth, a Texas m��nicipal �orporatinn l? {��Citti�"j, in ttze pei�al stim of, Une E-�tindred Fittv-Tl�ree 7'hotisa��d. Si� 1 lundr�d Ei17ht��-T']iree ] 3 �nll�irs & l� i2�iv Ccr3i5 ($153.6$.i.SD} I�iw�ul m[���ey ��f ti�e Llnitec� S[�iles, l� he p3id i�z Foi1 1��Drih, ia Tarrant Cnt�ncy. Texas f'or the payn�ent of which sum �� e:El and truly ta be made, .inintly unta the 1� De��elo�er and the City as dual obli�es, we bind otn�sel�es, aur heirs, executars, admii�istrato�-s, 1 t, ]7 18 ]9 su�cessors ai�d assi�ns, jointly and se�erally, firrniy by these presents. WHER�AS, ❑e�eloper and City ha�e entered intQ an A�reement for the constru�tian of �n�3�mEi��ity facilities in th� City of Fort Wnrth }�y and ti�i�nugll a Comi���inity Fa�ilities A��r�ei�7ent. CF11 V�fmher 22-[](]QS ; anc� '[] WHEREAS, tlie Principal lias cntcred ii7to a cec-tairi written cnntract ��itli tlic �ev�loper �' • h Z� a���ardea ahc � day af' �lL[.C.t.� , 2�.�hiCh ConfraCt is hereUy referre�i to and 22 m�idc a part herenf' I�or all p��rposes as if fully set larkh herein, to f�urnish ��il rnaterials, equiprnent ?3 labor� and ather access�ries defined by law, in tl�e prosecutiQn of the Woc�k, including any Cl�an�e ?4 Drders, as pro�•ided far in said Contra�F desig�7ated as Street Li�litin�+ Ir��ro�ei��ents to ser�e 25 f3ailcv Park Pt7ase 3. Zfi �� Nf)W, THERI:F()RE, tllc condition �f this nhli�ati�n is such tl�at if�iile said P�iriCipal sha]] f��ithiuliy perforn� it �hligacians under tlze Contract and shall in al] respects duly and fnithi't�lE� 38 perfori�� tlze Woi�k, including Chan�e Ordes�s, tzrider the Cant��act, accnrdi��g tn t}7e plar�s. �9 spe�ificatinris, and cnntract doctiments thcrein referred to, and as �4ell ��Erin�� any p�rio�f ot� .�U e.tcnsinn oi'the Cantract that may �e �ranted on tl�e parl Uf the �e�•eloper andlor City, tl�ei� this 31 obligatio�� sha}1 be and be�ome ���ill and �oid, other���ise to remaii� in full #or�ce and effert. 3? 33 C'I I 1' [)E Ff ]]{'i 11'[}Et"FI ] E3ailcr I'ark Pl7�,e i SIAtiE]AKT] Cl'f Y i I7�11]I'I ]ON4 — Ui:VI{LUPEiK �L1�AEZIII•:I] 1'EZ[.l.f}_�• I�S ('in Prujrrt Rn f[]3�191 ILeriyrd lunuan ; f . ?111= [Hil�l ii.' i'I : R Ft 31Z�L1 �CI . I3(1� [ l Pa�_r 3 c�! = fiilliC� �O. ?U� �`��E" I 1'R(]V[DI�;D FURTHCR, tl�at if�any le�al actinn k�� tiled or� this F3��E�d. �enuc s�lall !ie in '_ i a3�rant Cnuntv. I exas nr the L]nited 5tates L7ist��irt Court %r the ±�lorthe3�n District of� T��as. I'nrt 3 1��niKh ❑i��isinrl. -I 'i'liis hnnd is 3nad� and c��cutcd in cn�r�plia3�c� ��ith the pro�-isions nf�Cl�apter 22�3 ol'thc � Te�as Gc��c3-Ezrnent Cocie. �zs aFnended, and aII liahilities on tl3is hond shalI be deteri��ined in G <�ccorclance �vith the pro�•isions of s�iid statue. 7 IN WITNFSS WHEREDF, the Prii��ipal ana thc 5urety ha�e S1GN�:I] and 5�,l1LE[? this 1 8 instrument by dtily authorized a�eizts aizcl of�ficers on this ttle��day o1' �. LCL ', 20;'►�� 9 lU ]] 1? l3 l� 1� lG l7 18 l �1 �� 2] �� 23 �q 25 �{� ?7 ;� �g 30 31 3? 33 AT ri�icipai 5ecretary `.I�lnrga Wnlfe � � �. G' ness as to Principal C'Eiristina Garcia 34 ;� _�� � 37 ,�. 38 1'�'it�lcss as iQ 5ur�l�' FIcaF�icr I-�ca[}7 39 PRI1tiCIP�'IL: ]h�l]�:I'I: F.\'�I' E1�1'II.I�f Y CDNST CTf�1i.I\C. 6Y: � 5i�nature Richard Wol#'e, Pres�dent Namc si�d �'itic Address: �t09 5un Valley �rive I�ort W��rll�.'I'ekas 7G119 SLIRETY: 1�'ESTFIELI] INSL'RAVCC t'0�1F'��Nl` f gv:�-c���� _ �� 5igriature Elizabettt Cray, Attarrie�-iri-�act T 'Uame anci Titic Address: SS� �epuhli� ❑ri�e, 5uite �}�U_ �'iano.'I'e�as 75074 Telephone h'umber: 972-? I G-?Gi]f] -l[} '�Note: [f si�ned by an afiic�r of thc Surety Company, there mEEst be on file a certificd e�tract =ll fra��� rhe by-]a�is sho��ing that this person has uuth�rity ta si�n suci� nbli��ation. If �l2 5urety's physical address is dif'lcrent fron� its n�ailing address, hoth mE�st he prn�ic�ed. 4� Tl�e d<ite of the bor�d shall not i�e pri�r #o zhe date th� Contract is a�r•art��d. C'ff Y' C)I 1 O]Zl 11 ni211{ E3:iilr� Park Phasc 3 5'I ���I]Afti] Cf'] Y C'UN[]] fIUNS — f]FiVFLUPEH AWARD�[] PKO.IIiC`I5 C'in f'ru�rr� �n E03�41 lZc� iscd Ja3i�3an ; I . ?[]12 ;li]!,I l�- I P:I1'�11 ti {" E;c �nl� P,��� 1 ni '_ li0il[i �'L7. �n'� � ��'i}� ! � 3 -� ; r� T�-� w: s-r�A�a�r n� ��ExA� C'()l:\TY (]f TARI•iA�iT SEC:T1[]N OU 62 1-� PAYMf:N'I' C3C7ND § § ��vow a�,� �v T�Trsr rRrsrNTs: § 7 Thal ���e. ]nc�epezic�ent LJtility Cor�str�ictian, ]nc. . kno��n ciS '�PI"1FlCl�'13�� ElL'i'C111, 8 and West#ield lns��rance C'ornpanti , a corporate surety {or s�n�eties i3� iziore titiar3 � ❑ne). duly �uthorized to do business in the State of'1'exas, knawi� as'`SuE�ety" herein {�G��ether one l0 or mnrc}, ai-� hcld artd #irinly hnund �into the De�eloper D.R. 1•inrtnn — Texas. I_T[J, a��tfznrized to l 1 do �7LISIIlESS 117 �L'\ilS ["Dc�eEoper'), ai�d tE�e City of� Foi�t Worth, a Te�as municipai cc�rporacioii i? ("C'ity"j. in the penal s�Em af Une Hundred Fifty-"Iiiree Tl�ousanr�. Six HtE��dre{1 I:i�,hty-'I'��rcc i� Uollars � F ilty Cents (� 153_683.�0� lawful money of the Llnited 5tates, ta be paid in I�ort Wortl�. 1� '1'arranl C'o�inTy, [ exas, far the payment of which sum weii and truly be ma�le .jointly unto t��e 15 Dcvcin�cr and City as duai obligces, wc �ind �ursel�es, nun c�irs, cxcc��tnrs, adrninistrators, lb succcssc�rs and assi��ns,.jnincl_y ar�d se�erally, firmly by these presents: 17 WHER�AS, ❑e�elnper and City lia�e c��t�r�d into an 1lgree�i�ent far tl�e cnnstructinn of i8 rc�mmunity facilities in ti�e City at Fort W�i�th, by and thraLi�h a Co�nm�Eriity Facilities l�) A�reement. CFA �]timUer 2Z-0a0� ; and 30 WHEI2EAS, �'rincipal �Zas entered into a certain written Conlract ��it�3 De�eloper. �n _ � 2� awarded the� day of ti�Q-� 2 �hich Coz�tract is l�ereb� referred to and 22 made a pai�t liereof for all pt�rposes as if ftilly set fortli lierein, to furnisl� all materials, eqiiipr��ent. 7� lahor and other accessories as defined bv law, ir� the prosecutinn of't}�c Wnri� ��s pro�ided for in '�# said Coniract ai��f tlesi�,nate�! as Street Li�htin� imp��o�ements to se���e F3aiiea Park Phasc 3. 3� �'�'VV,'T'HEREFO1tE, "I'F-�E CONDI�'ION O�' THIS �BL1GATl(�N is Suck� t}�r�t il' 2G �'rincipal shall pay ali mnr3ies o��in� to any (and aII) payrnent bond bei�eficiary [as detined in 27 Cha�ter 22�3 af�the iexas Gor•ernmer�t C'ode, as ainended} in the prosecution of the WUrk t�ncfer ?8 tf�e Contract, theil tl�is c�hli};ation shall be and beco�ne null an�i �nid; other�G•ise ia ��emair, i�i fi�ll 29 �orce arzd effect. 3� 31 C I'E Y��� 3 t�F, r �� r�i{ rii i3��i�� f�����; }�t,.35� � S'I':�NI).i]ti] C'1'I Y C't]NDI'1'IU�75 -• f]EiV[_LOPi_A AW'AR[]l=[] P3tCl.1f_C'i'S Cil� Prc�jcci Vo. 1034�)I Re� ised l:jnii�n 3 1. _'I112 �snr,l �-�.? ]';1Yhll.ti"] fi[1�;17 Pa,'e'_ uC_' �L7TlC� ��0. 2�=� 1 ��El �i�his l�tmd is iii��de <�nd exe�utea in rc�m��iance �Gi1h ti�e pr�7��isions nf t'haptcr ??�3 of the ? ']'c�as Gn�•ernment C'ode. as amended. anc� all liat�ilities cm tl�is bonci shai] he iltlL'CI171E1L'CI ii� � a � ��ccordancc �� ith tl�e prn��isions a#�said statute. [1V ��1T�F.55 �'VHEItEf)F, che ['rincipal and Surety F�a�e each SIGNED <��,�� sr��.r-.n tEiis ii�stru���ent l3; duly authoi-ized agents and officers or� this t1��X�'��iy of f] . 2C}� PRINCIPAL: iNI]FPEN - 'T UT[LfT C(7NST 1 N [N . BY: Si�i�ature R 1"1'� 5"I': � �� � (I�rin��paJ� 5ccretary l��oz'�a��olf'e r� � � •- - , �if�Il,�, ��_ ess as to Pri�icipal Ch�•istina Garcia AT'T FST: ��� � � (5urety) 5eci�etarti� �'rank A. Carrino �� Witness as to 5uretv f leather Heath G 7 8 q 10 I1 I? 13 Ricliard Wc�lfe. Presid�nt Name and Titic Elddress: 5109 Sun Valley llri��e Fort Wa��tli, Te�as 7b 1 19 SURE"I'Y: WES'1'F1EE.D [NSURANCE CaMPANY BY: __ �U S i �nattu�e Elizat�eth Gra�. Attornev-in-Fact Narne and Title Address: 5�� Reput�lic: ❑ri�e,_Suite 4�f] Plann. Texas 75074 Telephone Numbei: 972-51G-?G00 Nate: 11'si���7ed by ar� of'ficer oF tl�e S�irety, there must be on liie a ccrtiticd cxtract froi�i the bylaws sf�o�Gin« that this persoi� has autharity tc� si�n suGh abligation. 1F Surct��'s physical address is dit�terent from its n�ailin� address, hnth must b� pro�ided. "I he date nf�tl3e l�ond shall r�ot he p��ioz� ta the date tl7e Contract is a�vardec�. END flF S�CT�10� C'II1'tYf I(llt[ L�'[lK[II fiuilc� Pu�kl'lza�c3 S l:l\E]�Ilt]) [']"[ Y['[]NI1f1 [C1NS —!]E�.VIiI.C]€�E:it A�1�I1KI7G[] YRf).ffi('l5 C1[c Prc�jcct T�'c�. ID3�1'11 Itc�isr�9.fanuan i1.'{ll� il[] !�' I'.l . I �7�IIN I l:ftANC']: k3[]t[1 1'a��rlol; �[]liC� NC�. 2��: � ���' � � � � 5 r � THI: ST��T1: C)F TF�AS couN�rr o� �r,afiizA�v�i- s�cTio�v nu �2 r�a ��n�v1��:N�Nc�: �oNn § § I{N(�W AI1L �3Y THFSF, PRFSF.IVTS: § S That ��c Ind�pendent Lltilit� Constructic�n. ]nc. , known as "�'rincipaE" l�erein and 9 _ _ Westtic:ld Insurar�s;e Comp��i�y , a coiparate sui�ety (sureties, if more than ane) duE} It7 autl�c�riied tn dc� husir�ess i�i tlze State of 1'exas, knowri as "5urety" herein {w�zet}�er one or i��o;�e}. I i ��re held and firmly bour�d unta the L7e�eloper. D.R. 1-Iortnn — TeKas. LT17, authnri�cd tn do 12 husiness in i'e�as ("De�eloper") and che City o1' Fort W��1h, a Te.as n�ur�icipal corporation 13 ['�Cicy��}, in thc sum of C?nc 1 lunc3red Fifta�-Three Thousand, 5ix H�indred Ei�htG�-Three Dallars & 1=3 Fiftti• Cenls ($ I 73.G83.5�] la���f�t�� money of the United States, to be paid irz F'art Wa3�th. 'i'arrar�t 15 Co«ilty. Te�as, fc��� pay3nent of wF�ic}Z s�iin w�ell and ti�iily be i�7a�e.jointly ��z�to the De�eloper �ind iG the City as �fu��l abli�ees and their successors, �ve hind oui-scl�es, nur �lcirs, executars, 17 .iC�IZ11f115TI'STat"5. SLFCC�5501'S 7I7d �551�115, jnintly and severally, firmly by th�se presents. i8 l9 WHEREAS, De�eloper and City ha�e entered i��to an A�reement for the ea�3struction of ?U community I�acilities in the City of Fort Warth by and thz�oi�g�z a Cainn�unity Facilities 21 A�reement, CF11 Number ?2-OD(]S ; and 2? W'H�.rtEAS, the f'rincipal }�as entered intn a certain written contract ��'it�� tl�c Dc�elo�er� 23 a���arded the� day nf ��U.�� . 20�?i��hich C�ntract is hereby re%rred [o ana ?=1 a n�ade p�irt f�ereo!' f'c�r aIl pur��oses as if ully set farth hereizz, to fin�nish all materials, equipment �5 IaUor and cnher accessc�ries as detir�ed k�y la�v, it� the prose�utian of the Wark, including any 26 WOi'EC 1'CSL1I[Il14? fl'011l �i �LIII� autho3-i7ed Ch�ngc Ordcr (c�llecti�el�� hcF•eiz�, the "1��'orEc"} as 27 pi�o�icic� for in saicl Cnntract and desir�z�atcd as Street l.is�htin„,r Impr��ernents to ser�e �3aile� ?S Park Phasc 3: an� ��� 3f] WHERI:�S. �'rinci�a] binr�s itsclf ta use sEich mal�.rials and to so construct the Va'ork in 31 actc�rd.ince �vilh the plans, specitications and CanFract Uocun�ents that tl�e �,'�'ork is and «iEi 32 remain fi�ee f�i�om defects ii1 i��aterials or ��orfcmanship for and during the pez�iocl of t►►o (2} �-e�rs 33 afte�� t�1e date of �=inal A�ceptance of'ttie Wnrk b}' tt�c City (`'Maintcn�nce i'eri��d"}: aila 3d C'17 Y' {)I F(]Et f 14'{)it E I] E3ailr� P:uk Phasr 3 5'fAV[]�11iU Ci f}' CONL7E 1I[]Rti — I]k,�'!{LUPE=R AI��RDiil7 f'I3[71fiC'I'S ['i�r Prnjrrt Na. IU3a�l1 i2eviscd Jani�an 31. ?01? [ 1i1 !�' I `y _ ' tii:llti ] f:ti;��C'I IiC]till P:is�c ' nf ; 8ond N��. ?()=11=48I, I � 3 =l 5 C 7 8 9 � {� It E? !; i�I �; lb l7 18 l9 �� �� 22 23 W�lF.RI:AS. Principal biE�ds ilself�tn repair or re�onstr�ict the 1Voi�k in �rhole or in part Lipon rccei�•in�� notice frt�m ihe Ui��elopcE' andlor City of the need thcr�of at a��y time �� ithin tt�� M�tintenance I'eriod. N[)W T1iF:R�:FQRi�.. the ronclitic�n of t��is ot�li�atinn is such tl�at ii' F'�-incipal shall ren�edy a3iy dcfccti�� Work, I'��r ��hicE� tii��ely notice rh•as pra��ided by L]e�eloper ar C'ity, to a COIiijJlf'.IlC7I1 S�IIlSf�3clory ta fhe C�it��, then this o�iligatinn shall hc�o�nc n«II and vnid; other��ise tn remai» ii� ��till forcc and ef�iect. YRDV117N;C7, IIDWEVER, if PrincipaI shall fail sn to repair or reconstruct any ti�nely nnticed defecti�e Woz�k. it is as;z�eed tl7at tt7e Ue�eloper oi� City �nay ca�isc aily and all sticli �!e%cii��e G'�ork to be reE�aired andlt�r re�nnst��ucted �Gitl� all asso�iated costs thereof bein� borne hy the Principal and t��� 5urct� undcr tl�is Mainten<tnc:e Sond; s��d PRDVII7ET] Ft1RTH�.12. that iian� le�a� action l�e filed nr� tE�is E3nnd. ��enue sha[l lie in 7'arrant County. I'exas ai� the L�nited Statcs ❑istrict Court fear th� North�rn I)istrict a#� Texas, Fo��t Warth Ui�ision; and 1'1t�V1UEU F URTHEH, that this ohligation shall be �ontinuous in naturc and su�cessi�e reco�eries ma� 1�e ha�! herenn %r succcssi�c hreaches. C'1iY(]FFUfLf 11[}E211f SI:AN[]IIAI] C'] I'1' C'{)Nlll ] IU,'ti'S — IJI:VI:L[)Pf:K .��A�,1RI][iE7 PR[.l.11iC IS IiCVISL'Li I:lllll:lF�' ?�, �{)I� 13�uic� Park nlr.3sr ; Cilt Pro�cri �c�. I [13d�11 {lf1(� I�7- i �i:llti l i n:1�C'1 13[�'�I) i'e,�e ; nf : I3ond No. 2{)41-1�I= [`' «'[T1�1�;55 VL'H�:121:(3f�. th� i'rin�ipal anci ti�e 5ti��et� ha�c ea��51C1NL;U ar7d SL:AI_�U tl�is instrui�7er�l l�� �IuI� aiithoi�ired <i�e�lfs aild af�ticez�s an fhis the� da�� of��C�-���.��- . 2��� � 5 G 8 g l (] �l 1? I3 ]4 l� lG 17 ]8 1g �p �� 22 23 24 25 �� Z7 �g 29 30 �I 32 33 34 :� a� Secre[ary Ntor��n W I Fe 1 as to Principa] C'Eiristina Garcia PR11C'IPriL: Ti�Q�PE�D "T UTIL1`FY CDNSTR C: IUti.ItiC. 6Y: Si� fr Richard VVolfe, President �fame and Titic Address: 5109 5un 4'ailer• ❑ri�•e �ort 1�'orth, Te�as 7G� 19 SIJRETY: WES'i'FIELIa I15iJRANC�: CD�IPANY j�' � B�i_ 5i n�tfir�}�� - ��''��� � � Eliaabcth Gray, Attorney-in-Fact Name and Title Address: 555 ae ubIic [�ri�e. Suite 450 Plann, Texas 7�[]74 ,��rres�r: _ � , � , �r'-�i F r i"_ann-��_a [5urety} Sc •retary F ank A. C/�'{r7•rino - ��� -F J�� GVitrtess as to 5uret� Heather F�eatli 3S 3G �`Note; 37 38 39 �l0 �I 1 elephane Number: 972-51G-2GOU If'si��ned hy an of�ficer c�1� the St�rety Co���pan}•, tIiere �nust 1�e on file a certified extract fr�orn th� hy-la�vs sh����in� that lhis persan has auti�ai�ity to si�n sucl� ahli�ation. [f SLSI'L'[�' S�1I]}lS1L;�lI address is dil'Eerent fr�m its m<�iling address, both must he pra�ide�l. 'f he date at�the hond sf�all nnt he p��ini� to t�le date the Contract is a��'arc��d. C'I1 Y' [ ll 1[.lft l" W{7K fi [ Railc� E:irF: Phasc 3 Sl riNl)r1R1) C'E! l' C'ORI71 ] I[]NS — I7LV1[I.[]PER ,1W:�ft[71;17 f'R(}.IF:CI-5 Ci�. Prn��c:t Nu. 103�t91 !?�� isc�l Januan' ? I . ?f11 _' IMPDRTANT NDTfCE 70 obtain info�mation ar make a complaint You may �aii Westfield Insurance Campany's andlor Ohi� Farmers Insurance Cornpany's toll-free telephone number for information or t❑ make a complaint at: 1-8�Q-358-3597 You may also write to WestField Insurance Company andlor �hio Farmers Insurance Campany at: 5�55 Repubiic Dri�e, Suite 45a Plana, Texas 15074-$848 Yau may contact the Texas ❑epartment af Insurance tfl abtain infarmation on cnmpanies, co�erages, rights ar �omplaints at: 'I -$OQ-252-3439 Yau may write the Texas Department of Insurance: P. Q. gax 1491 Q4 Austir�, TX 78714-9'104 Fax: {512} 475-1 TT1 Web: http:llwww.#cfr.state.#x.us E-mail: ConsumerProtectianCc�tdi.state.tx.us PREMIIJM QR CLAIM ❑ISPUTES: Shoufd you ha�e a dispute concerning your premium or abaut a claim you should con#a�t the agent ❑r Westfield Insurance Company andlor �hio Farmers lnsurance Camapny first. If the dispute is nat resolved you may cantact the Texas Department ❑f Insurance. ATTACH THIS N�TICE Tn Y�L1R PpLICY: This notice is for information anly and does not becom� a part flr canditian af the attached docurnent. AVISD IMP�RTANTE �ara obtener informacion o para sameter una queja� Usted puede Ifamar al numero de telefono gratis de Westfield lnsurance Campany's ! Qhio Farmers Insuran�e Com�any's para informacian o para someter una queja al: 1-8flfl-368-3597 Usted tambien puede Escri�ir a Westfield Insurance Company I Dhio Farmers Insurance Company: 555 Reptahlic €]ri�e, 5uite a50 Plano, Texas T5�74-$84$ Puede comunicarse eon el Departamento de 5eguros de Texas para abtener infarmacion acerca de companias, caberturas, derechos o qu�jas ai: 1-80�-252-3�F39 Puede es�ribir al Departament❑ de Seguras de Texas: P. O. gax 149 � 04 Austin, 7X 78714-91 �4 Fax: [512} 475-177� Web: http�llwww.tdi.state.tx.us E-mail� CQnsumerProtection tdi.state.tx.us ❑ISPIJTAS S�BRE PRIIUTAS ❑ RECLAM05: Si tiene una ctisputa concerniente a su prima o a un recfamo, debe comunicarse �on el agente ❑ Westfield Insuran�e Company I Dhio Farmers Insurance Campany primero. 5i no se resuel�e la disputa, puede enfonces comunicarse �on el departamento (T�Ij. L1NA ESTE AVIS� A 5U P�LIZA: Este aviso es solo para proposita de infarmacian y na se convierte en parte a cflndicion del documenta adjunto. i+�is Nc�wtre �r w, iUHr�tr su�er�ctu�s ar�r �s�Ev�vus PowE� t�r.nrt�rv� � r+�s �Hnnt pOWEi2 # ANl] ISSUED PRfQR Ta D412p111, FOR ANY PERSOh �R i�ERS�iJS NAAAEP BELdW. Genera] Pow�r of At�orney C�RTI FI E❑ COPY laly�I�f:a��y�z„ � Wesffield Insuran�e Co. Wesifeld Na�iona! insurance Co. �hio Farmers Ensurance Co. 1Nest�e�d Center. Qhio fCnow AI! Men by 7'hese F'resents, That WESTFIEL❑ 1NSURAfJCE COA�IPANY, WESTFIELD NATIUhlAi. 11VSL]RANCE COMPANY and OHIO FARMERS INSURANC� CpMPl7NY, cor�oraFions, hereinafter referred to ��dividua[ly as a"Company" and colie�tively as "Companies," duly qrganixa� and existing under the laws of the State ❑f �hio, and having iFs pria�cipal vffice in Westfield Center, Medir�a County, �hio, do t�y thesc presents make, coristitute and appoint CHARLES fl. SWEEHEY, MICHAEL A. SWEEH�Y, KYLE NI. SW��NEY, ELIZAB�TH GRAY, JaIN7LY OR SEVERALLY of FDRi WORTH and State af Tx its [rue an� lawful Aitorney{sj-in-Fact, wrih fulf power and authority f�ereby �o�ferred in its name, place and stead, to execute, acknowfedge and deliver any and al1 Wonds, recogniza:��es, u�dertaKings, qr otFier ins[ruinen�s or canEracts o( suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • - - - - - � - - LIhA17A71�H: Tt135 POWER DF AT7�RM1iEY CANN4T BE USED 7❑ £XECLFTE HQTE GL1Ai�AN7EE, MORTGAGE ❑EFICIENCY, iuipRTGAGP GLFARANTEE, ❑R BANK QEPOSITOf2Y B�N�S. and td �ind any of the Cqmpanies Inereby as fufly and ta the same extent as if such tion�s were signe;d by tf�e PresidenE, Sealed with the corporat� seal vt the applicable Company and duly attested by its Secretary, hereby rakifying a�d canfirming all that the said Attarney{s]-in-Fact may do in the premises. Said appoi�tment is made urider a�d 6y authority of the foilawing resofution adopted E�y the E3oard of Dircctors of each of the WESTFIELD iNSURANCE COMPANY, W�SiFIELO NATIONAL lNSLlR�NCE COMPANY and OiiID FARM�RS INSURANCE CaMPANY: "8e 1t I4esv�ved, tl�at Ihe Presldent, any Senior Execu[ive, any Secretary or any Fidel�ty & Surety Operations Exe�utive or other Exe�u[i�e shall be and is hereby �ested wi[h f�11 powcr and autliority to appoini any one or mnre swtable persons as Attorney[sj-in-Fact to represent a�d a�t fvr and on behalf fl1 the Company subjeci to the following pra�isions: The Attorney-i�-Fact. may �e gi�e� full pnWer �nd aUthnrity fpr ar�d in the name of arld an Y�ehaff vl the CDmpany, [a exe�ute, acknawledc�e and deliver, any and all pvn�s, recog�izances, contracts, agreements ❑f in�emnity and otl�er conditional ❑r obligatory undeRakings and any and all natices arrd documents eanceling or terminating tY�e Company's liability Thereunder, and any such insir!�ments so exec�ted �y a�y s�ch At[orney-in-Fact shall be as binding u�son the Company as i1 signed by the President and sealed and attestad by t��e Corporate Secretary." "8e +L Further Reso�ved, that tlhe signa[ure af any such designaTed pers�n and the seal of the Company heretoFore vr herealter affixed to any power of attorney or any certificate relating thereto hy fa�simile, and any power of aMvrney or �erfificate bearing facsimi3e signatures or iacsimkle seal shai! be valid and binding upon the Campany wiih respect [o any pond or underiaking [o which it is attacY�ed." {Each adop[ed at a rneeting held on February 8, 20oq}. !n Wifness Whereof, WESTFiEL❑ INSURANCC C01�4PANY, WESTFIELD NA7l�hFAL 1NSURANCE COMPANY and OHI� FARMERS fNSl1RANC� COMPAf�Y t�ave �aused these presents to be slgned by their Senior Executf�e and their carparate seals to Oe hereto affixed this 2atEti day oF APRIC. A_fl., 247 � . . CorparaSe �•�.����k .,y� seals � ;C� � Aifixed �.��,. f• •Q+ :tn , 4 N' ��s. `�-L ro ' ��• �i� `+�'�i ••� "°.x� �a State af phio �'"" County of N[edina ss.: �''S1oN�1[��' • : a,P NSGP : =� : _ �' SEAL ="' _m= ;.v: ;n: _�i'• 'Q= •k • ,,...�......,.. . ��1115f1�,�,c�� ' � 1��pn����'� �t7� ��= �e4a '�= �. .... •r ' W�STFI�L❑ IMSURANCE C�MPAI�Y WES7FIELD 1�AilONAL lNSURANCE C�MPANY OHEO FARMERS fNSURANCE COMPANY � 1 . 6y: Ri�hard �. Kinnaird, Jr., Naliona! 5ure[y �eader and Senior Executrve On ihis 2�fh day Qf Api21L A.�., 2U11 , before me personally came Richard L. Kinnaird, Jr. to me knawn, wfio, being py me duly sworn, did degose and say, thaf he resides"in Medina, dttio; tha[ he is 5enivr ExecUtir►e of WESTFlELO IAfSURANCE CflMPANY, WE57FIEL❑ NATIONAL lNSURAfVCE CQMPANY artd ❑FllO FARMERS INSURANCE C�MPANY, the companies rfes�ribed in and which execufad the abo�e insTrument; that he knows the seals of said Companies; that the seals aFiixed to said instrument are such r.arporate seals; that thc:y were so affixed by order af ti�e 8aards bf �ireclars of said Companies; and that he signed his name thereto by ]ike arder. N ata ri a i � w.,.�.+��w.,,, . Se3! �' al A 1� ~s � Affi xed �P .�,�« i��/ �C�' �' d�1 �=r z=1� . • ----. • William J. Kahefin, A rney at Law, Nv[ary Publlc State of Ohto _. � J��'�b My Gommissian Does Mot Expire [Sec. 147.�3 Ohio Revised Code} County of Medina ss.: y �. ...r� OF �. I, Frank A. Garrino, 5ecretary of WFS��IEL� iNSUftANCE GOMPANY, WESTFI�LD NATIONAL INSURAMCE CdMPANY and DHIO FARNsERS INSLJftANCE CDN1PAhtY, do hereby �ertify that the above and faregoing is a true and correLt copy ai a Power ❑f Attorney, executed hy said Companies, which is sfilE in fuH force and effect; and turthefmore, the resolutians at the 8oards of Directqrs, set o�t in [he Power of Attorney are in ful! force and eflect. frr Witr�ess Wf�ereof, I A.D., � rl"-',e �"`a' kC � =i i �� 5�.� � ,� � ��= .� �� � ������� have hereunto set my hand and aifixed tF�e seals of said [:umpanies at GNestfiefd Center, pr,io, this day of .•''��(]NF1L-�ti••, :.•t,� . r 4: 'rG�p'c ��:' :�: ru-: :n= ��: sr�c. :�,_ : �. .:o _ ����k�i�� �,,,...i��r . , � `aS��iS���� � _ rkj� ..• .,.s'` : w � �u�i��Q :� � ��-G���e :� � *'• .�...�» , r r�� C"'r� _ �� � se�tQ�, Frank A. Carrina, 5e. retary BP�AC2 (cvn�f�inedj (�}6-f�2} CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .................................................................................................... 1 1.01 Defined Terms ......................................................................................................................... 1 1.02 Terminology ............................................................................................................................ 5 Article 2 – Preliminary Matters ................................................................................................................... 6 2.01 Before Starting Construction ................................................................................................... 6 2.02 Preconstruction Conference .................................................................................................... 6 2.03 Public Meeting ........................................................................................................................ 6 Article 3 – Contract Documents and Amending ......................................................................................... 6 3.01 Reference Standards ................................................................................................................ 6 3.02 Amending and Supplementing Contract Documents .............................................................. 6 Article 4 – Bonds and Insurance .................................................................................................................. 7 4.01 Licensed Sureties and Insurers ................................................................................................ 7 4.02 Performance, Payment, and Maintenance Bonds .................................................................... 7 4.03 Certificates of Insurance .......................................................................................................... 7 4.04 Contractor’s Insurance ............................................................................................................ 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ....................................................... 12 Article 5 – Contractor’s Responsibilities .................................................................................................. 12 5.01 Supervision and Superintendent ............................................................................................ 12 5.02 Labor; Working Hours .......................................................................................................... 13 5.03 Services, Materials, and Equipment ...................................................................................... 13 5.04 Project Schedule .................................................................................................................... 14 5.05 Substitutes and “Or-Equals” .................................................................................................. 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ................................. 16 5.07 Concerning Subcontractors, Suppliers, and Others ............................................................... 16 5.08 Wage Rates ............................................................................................................................ 18 5.09 Patent Fees and Royalties ...................................................................................................... 19 5.10 Laws and Regulations ........................................................................................................... 19 5.11 Use of Site and Other Areas .................................................................................................. 19 5.12 Record Documents ................................................................................................................ 20 5.13 Safety and Protection ............................................................................................................ 21 5.14 Safety Representative ............................................................................................................ 21 5.15 Hazard Communication Programs ........................................................................................ 22 5.16 Submittals .............................................................................................................................. 22 5.17 Contractor’s General Warranty and Guarantee ..................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ..................................................................................................................... 24 5.19 Delegation of Professional Design Services .......................................................................... 24 5.20 Right to Audit: ....................................................................................................................... 25 5.21 Nondiscrimination. ................................................................................................................ 25 Article 6 – Other Work at the Site ............................................................................................................. 26 6.01 Related Work at Site.............................................................................................................. 26 Article 7 – City’s Responsibilities. ............................................................................................................ 26 7.01 Inspections, Tests, and Approvals ......................................................................................... 26 7.02 Limitations on City’s Responsibilities .................................................................................. 26 7.03 Compliance with Safety Program .......................................................................................... 27 Article 8 – City’s Observation Status During Construction ...................................................................... 27 8.01 City’s Project Representative ................................................................................................ 27 8.02 Authorized Variations in Work ............................................................................................. 27 8.03 Rejecting Defective Work ..................................................................................................... 27 8.04 Determinations for Work Performed ..................................................................................... 28 Article 9 – Changes in the Work ............................................................................................................... 28 9.01 Authorized Changes in the Work .......................................................................................... 28 9.02 Notification to Surety ............................................................................................................ 28 Article 10 – Change of Contract Price; Change of Contract Time ............................................................ 28 10.01 Change of Contract Price ...................................................................................................... 28 10.02 Change of Contract Time ...................................................................................................... 28 10.03 Delays .................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ................... 29 11.01 Notice of Defects ................................................................................................................... 29 11.02 Access to Work ..................................................................................................................... 29 11.03 Tests and Inspections ............................................................................................................ 29 11.04 Uncovering Work .................................................................................................................. 30 11.05 City May Stop the Work........................................................................................................ 30 11.06 Correction or Removal of Defective Work ........................................................................... 30 11.07 Correction Period .................................................................................................................. 30 11.08 City May Correct Defective Work ........................................................................................ 31 Article 12 – Completion ............................................................................................................................ 32 12.01 Contractor’s Warranty of Title .............................................................................................. 32 12.02 Partial Utilization .................................................................................................................. 32 12.03 Final Inspection ..................................................................................................................... 32 12.04 Final Acceptance ................................................................................................................... 33 Article 13 – Suspension of Work .............................................................................................................. 33 13.01 City May Suspend Work ....................................................................................................... 33 Article 14 – Miscellaneous ........................................................................................................................ 34 14.01 Giving Notice ........................................................................................................................ 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ........................................................................................................... 34 14.03 Cumulative Remedies ........................................................................................................... 34 14.04 Survival of Obligations ......................................................................................................... 35 14.05 Headings ................................................................................................................................ 35 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: 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 b. Each Occurrence: None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ☐ Required for this Contract. ☒ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ☐ Required for this Contract. ☒ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103118 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103118 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project No. 103118 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised August 30, 2013 Bailey Park Phase 1 City Project No. 103118 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 record 20 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 Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 38 Construction Specification [if required for the project] 39 1. Comply with equipment, operational, reporting and enforcement requirements set 40 forth in NCTCOG’s Clean Construction Specification.} 41 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 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 Bailey Park Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project No. 103118 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Bailey Park Phase 1 City Project No. 103118 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another form of distribution approved by the City. 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Bailey Park Phase 1 City Project No. 103118 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 Bailey Park Phase 1 City Project No. 103118 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 Bailey Park Phase 1 City Project No. 103118 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 Bailey Park Phase 1 City Project No. 103118 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised JULY 1, 2011 Bailey Park Phase 1 City Project No. 103118 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised July 1, 2011 Bailey Park Phase 1 City Project No. 103118 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Bailey Park Phase 1 City Project No. 103118 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. C. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 Bailey Park Phase 1 City Project No. 103118 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 71 23 - 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City’s Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor’s neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor’s responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor’s use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised April 7, 2014 Bailey Park Phase 1 City Project No. 103118 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021) 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32 25" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia 10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A ASTM A536 AASHTO M306 32 25" Dia CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 1 OF 3 **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Updated: 03/19/2021 * From Original Standard Products List Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Inlet & Structures 33-05-13 (Rev 10/13/2021) 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST**ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST**ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4 5-407-PRECAST**ASTM C913 10' X 4 5' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4 5-420-PRECAST**ASTM C913 10' X 4 5' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP ASTM C913 6' X 6' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE ASTM C913 6' X 6' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET**ASTM 615 10' X 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET**ASTM 615 15' x 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET**ASTM 615 20' x 3' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER ASTM 615 8' X 8' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET ASTM 615 4' X 4' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET ASTM 615 5' X 5' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET ASTM 615 6' X 6' CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 2 OF 3 **Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to required to be cast in-place. No exceptions to this requirement shall be allowed. Updated: 10/13/21 * From Original Standard Products List Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Pipes 33-05-13 (Rev 03/19/21) 4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc (ADS)ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M330 12" - 60" CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST PAGE 3 OF 3 Updated: 04/14/21 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