Loading...
HomeMy WebLinkAboutContract 51989-PM1City SecretaryFORT WORTH Contract No �j�j K PROJECT MANUAL FOR THE CONSTRUCTION OF SANITARY SEWER TO SERVE MILAM STREET FROM WORKS STREET TO 3RD STREET City Project No. 101901 Betsy Price David Cooke Mayor City Manager Steve Cooke Interim Director, Transportation and Public Works Christopher P. Harder, PE Interim Water Director Prepared for The City of Fort Worth 2019 Q L 25 q MAS Civil Engineers TBPE # 17018 s /.. M .�.................... .......... i.... - - iPAMELA L SALVADOR OONZALEZ� j..................... ..................... �i 110252 tl10.o• ��cENs��•. X-25801 00 0010-1 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 4 1 SECTION 00 00 10 2 TABLE OF CONTENTS 3 DEVELOPER AWARDED PROJECTS 4 5 6 Division 00 - General Conditions 7 00 42 43 Proposal Form Unit Price 8 04A 3-4-3 DidA3offd 10 0045 12 Prequalification Statement 11 90 1f i3 12 00 45 26 Contractor Compliance with Workers' Compensation Law 13 00 52 43 Agreement (As provided by Developer or City's DAP Version) 14 00 61 25 Certificate of Insurance (Use actual Acord Form) 15 0062 13 Performance Bond 16 0062 14 Payment Bond 17 0062 19 Maintenance Bond t n 00 73 00 20 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded 21 Projects 22 _ 23 Division 01 - General Requirements 24 01 1100 Summary of Work 25 04-�o c 26 01 31 19 Preconstruction Meeting 27 01 31 20 Rrejeet Meefiap 28 0! 32-45 -- 29 04-�3 30 013300 Submittals 31 0135 13 Special Project Procedures _ 32 01 4523 Testing and Inspection Services 33 01 50 00 Temporary Facilities and Controls 34 01 55 26 Street Use Permit and Modifications to Traffic Control 35 01 57 13 Storm Water Pollution Prevention Plan 36 "S" Tsrr- 37 01 60 00 Product Requirements 38 01 6600 Product Storage and Handling Requirements 39 0!-70 9 1104i4zeAiar. WA Rs�� 40 01 71 23 Construction Staking 41 01 74 23 Cleaning 42 01 77 19 Closeout Requirements 43 01 78 23 Operation and Maintenance Data 44 01 7839 Project Record Documents - 45 46 Technical Specifications which have been modified by the Engineer specifically for this 47 Project; hard copies are included in the Project's Contract Documents 48 49 NONE CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised September 1, 2015 00 00 10- 2 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 1 2 Technical Specifications listed below are included for this Project by reference and can be 3 viewed/downloaded from the City's Buzzsaw site at: 4 5 htt)s://Droiectt)oint.buzzsaw.com/client/fortwortheov/Resources/02%20- 6%20Construction%2ODocumentS/Specifcations 7 8 Division 02 - Existing Conditions 9 82-41-13 10 02 41- 1Utility RemeyaMbaadefffaent 11 03 11 if Pewing Refney*1 12 13 Division 03 - Concrete 14- 03 30^-^00 C 15 03 34 i3 GeWferlea Lowvctfeagth Mat L ) 16 03 34 it 17 03-80-09 ". 18 19 Division 31- Earthwork 20 31 1000 Site Clearing 21 3 23-! 5 L1aek%4ffk Nn"Iatieff 22 34-2-3-23 Beffew 23 31-�O Emba*kmef4s 24 3125 00 Erosion and Sediment Control 25 313609 Gabiexs 26 313709 Papfep 27 28 Division 32 - Exterior Improvements 29 3201 17 Permanent Asphalt Paving Repair 30 42-04- 4 'T__efnpe«afy Asphalt It Paving D epai 31 32 3244-�3 r 33 32 1-12 k r. 34 32 ! 1 33 Cement-Tr-eated yes 35 32!2!6 363244-;v Asphalt Paying Gmak Sealants 3,7 3 2 1' 38 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 39 -3-19 73 Genefete Payingjeiat-de s 40 2 t 41 321613 - Gener-ete Garb and Guttefs and Valley „tEeFs 42— 3z'17-23 Nvefnew MeAiiags 43-32 3! !3 Chain Link >; enees and Gates 44 32 6 Wir-e Fenees and Gates 45 32 46 47 3291 19 Topsoil Placement and Finishing of Parkways 48 3292 13 Hydro -Mulching, Seeding, and Sodding 49 32-9---43 Trees and i hfubs 50 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 101901 Revised September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 00 10- 3 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDEDPROJECTS Page 3 of 4 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33-04-10 joint Bending and Bleetr-ieftl lseleAie 33-01 , , 33--0442 Magnesium 33-94-3o T 33-04-40 gleaning Aeeeptanee Testing Mains and efWater- 3305 10 Utility Trench Excavation, Embedment, and Backfill 33 95 12 3305 13 Frame, Cover and Grade Rings 3305 11 Adjusting Manholes, lnle4s, Valve Boxes, and 04hor- 3305 17 Concrete Collars 33-0-5-20 AageF BeFifrg 33-0-5-2 1 Tunnel 33052 Cteel Casing Pipe 334 -SQ1 I stallation- of caffier- Pi 33 05 26 Utility Markers/Locators 33- S40 3344-49 T48610 1FOR APO l;vji 3-3 11 li , Steel Cyliador-:]�zp@ 33 11 !1 93 1! it :' 33 Q 1-'_ !ALT AVat� 334-2-40 Resilient 334-2--2'_ 33-Q 5 Oenneetien to Existing Watef Mains 3334 334-2-4fl 33 i2 50 344-2-60 Blew effValves F: 33 31-12 is 21 11 -uXPE Pipe Fie; Sanitary Sewers (Gr-a;,43, and Force Mainol 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Arnfln Grayit3z Sanitary Sewer- Dire 3334,19 sir E>ip 1rr-4f+g 33-34-2-3 E 3331 50 Sanitary Sewer Service Connections and Service Line 3331 70 Combination A ir. Valve- fir Frnitfv 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 39--W40 Fiber -glass 33-39-49 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised September 1, 2015 0000 10-4 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDEDPROJECTS 1 3449-b0 2 3.3-4 9 R Page 4 of 4 3 33-4::1. 11PP9 Steffe Sewer- Pipe 4 33 A4-W fi. AFft ge 5 33-46-01 0 6 34-46-02 Trenelr XR ifts 7 33-49 19 Cast in Plaee Manholes junetiea B&ies and 8 33 49-20 ✓xk rat? Pfep4ff1ets 9 33-49-40 f%, 10 11 Division 34 —Transportation 12 94 41 10 13 14 94-44 0 Roadway 111%fn4ia4ieff Assemblies 15 34-44--30 Aluminum Signs 16 3471 13 Traffic Control 17 18 Appendix i 9 GG 01 23 GC-&". P 24 GE-6.0 25 GE-6 W- 26 GG-6:31 27 GR-01 60 00 28 29 Availability efbands Subsuffeee and PhysieM Conditions tir.AeFp&und-asili 4s Hx WageRttes P rl Product Requirements END OF SECTION CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 101901 Revised September 1, 2015 i FM -10 r+r w rr 11111111 1" 0042 43 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal id list Item I Description I Specification I Unit of I Bid Unit Price I Bid Value o. Section No. Measure Quantity UNIT 1: Sanitary Sewer Improvements 1 3110.0101 Site Clearing 31 1000 LS 1 1 bW- 0L � CL. DO Ij 2 3331.5310 8" PVC Sewer Pipe, 10' to 12' (Misc Only) 3331 20 LF 130 39. oo rj(�r7(�, Do 3 3331.5307 8" PVC Sewer Pipe, 8'to 10' (Misc Only) 3331 20 LF 41 ,31c -pD 1 ilqo, tip 4 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Misc Only) 3331 20 LF 15 3(c, 01D 54o. pp 5 3331.3101 4" Sewer Service 3331 50 EA 3 )JW . OD JD6 Sly, G 6 3331.3102 4" 2-Way Cleanout 3331 50 EA 3 1 S. m 525, w 7 3339,1001 4' Manhole 33 39 20 EA 1 W .301:0.cs0 8 3339.1003 4' Extra Depth Manhole 33 39 20 VF 3 ;-OD (p1 S. 00 9 3305.0112 Concrete Collar Manhole Lid 3305 17 EA 1 10 3301,0101 Manhole Vacuum Testing I 330130 EA I 2 11L5L,()t� S"j`j ✓ 11 3201.0150 Asphalt Pvmt Repair, Sewer Service 32 01 17 LF 128 11 ,t7t7�(d 12 3301,0002 Post -CCTV Inspection 33 01 31 LF 186 1, 00 IAL�- LNO 13 3292.0100 Block Sod Placement 3292 13 SY , 400 O 14 3291.0100 Topsoil 3291 19 CY 45 any O 0 15 3305.0109 Trench Safety 3305 10 LF I 186 10. 110 1 0 0 16 0171.0101 Construction Stakinq 01 71 23 LS 1 O 1119too O �K 17 0171.0102 As -Built Survey 01 71 23 LS 1 8 D tIC 18 3471.0001 Traffic Control 3471 13 MO 1 0 19 3125,0101 Erosion Control 31 2500 LS 1 O O Subtotal Wastewater Improvements I 1 Contingency 11.7% Total Wastewater Improvements I „ I a,39j e. oo BIDDER: -YM �n"0i� S2t Chi �gnature) TITLE: V \ cjLWe A 0i YN }- DATE: \12-2-1I`t END OF SECTION ` �( �G 7 G" r '�1 'M"t � /h eTv+r tl-f C �✓ 7jC r� t L I f((+/vw 1 AJ' Gv`St dliG/ INCI�1N ( T� U /'O CITY OF FORT WORTH i1111111110 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fomi Revised 20120120 004100_004313_004243_004337_004512_003513_Bid Proposal Workbook.xls 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I i SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for pavina. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date uy&vvw-j h1 oonsvuettbn Se "iI em 04/ 3a/ZO) a t_ MN ti The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified lfor the work hypes listed. BIDDER:` y-0 fh J l�Yl� I► vlJ��bn ea'� ��'.2Q BY: ilkkav� �igniature�) TITLE:Q k tt VyvQ 1&An % DATE: P,ll 9 i END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Contract Book.doex rl Form Version September 1, 2015 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 00 45 26 -- CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101487. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: em 0 15 lY utYb l I y: V . wo &t, #16 I - Comp y (Please Print) ..0?34 F • IF ll i&)n 9 G Signature: Address UY 6no Title: _qjry— PYI!A ICat A+ City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared T l ra& ffl G ►d . known to me to be the person whose name is subscribed to the fore ing instrument, pa�n�d� acknowledged tome that he/she executed the same as the act and deed of n Xt Y, C" for the purposes and consideration therein expressed and in th capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ��r.4 day of 'IUnUc1ry .209. U rP�BGINGER FRANKLINMY COMMISSION EXPIRES 10/28/2021 Notary P lic in and for the State of Texas OF NOTARY ID: 1296086" - 14 END OF SECTION i CITY OF FORT WORTH Milatn Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 101901 Revised April 2, 2014 bob 4M M w, mm i Oft 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 l SECTION 00 52 43 2 AGREEMENT 3 [Text in Blue is for information or guidance. Remove all blue text in the project final document.] 4 THIS AGREEMENT, authorized on —is made by and between the Developer, The Peak Group, authorized to d business in Texas ("Developer"), and 5 to n authorized to do business 6 in Texas, a tin by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 10 identified herein. I Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Milam Street Sanitary Sewer Extension 15 CPN 101901 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are 19 of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 30 calendar days <ensure the days 22 shown match the days shown in the Proposal> after the date when the Contract Time commences 23 to run as provided in Paragraph 2.04 of the Standard City Conditions of the Construction Contract 24 for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 27 financial loss if the Work is not completed within the times specified in Paragraph-3.2 above, plus 28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the 29 Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, 30 expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the 31 Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof, 32 Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 Developer <Insert amount in written words> Dollars ($X.XXX.XX) for each day that expires after 34 the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised April 2, 2014 wo 1W* Oft Rr r i MP M M 005243-2 Developer Awarded Project Agreement Page 2 of 4 1 Article 4. CONTRACT PRICE 2 Developer agrees to pay Contractor for performance of the Work in accordance wi h the Contract 3 Documents an amount in current funds oAO h.1j A)11PygAAVJ npwars 4 ($ Q 2) cl 19.60 �. 5 Article 5. CONTRACT DOCUMENTS 6 5.1 CONTENTS: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. ThisAgreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice ofAward. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised April 2, 2014 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 Article 6. INDEMNIFICATION 2 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, 3 the city, its officers, servants and employees, from and against any and all claims arising out 4 of, or alleged to arise out of, the work and services to be performed by the contractor, its 5 officers, agents, employees, subcontractors, licenses or invitees under this contract. This 6 indemnification provision is sQecificallX intended to operate and be effective even if it is 7 alleged or proven that all or some of the damages being sought were caused. in whole or in 8 part. by any act. omission or negligence of the city. This indemnity provision is intended to 9 include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in 10 defending against such claims and causes of actions. 11 12 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, 13 its officers, servants and employees, from and against any and all loss, damage or destruction 14 of property of the city, arising out of, or alleged to arise out of, the work and services to be 15 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 16 invitees under this contract. This indemnification Qrovision is sQecifically intended to ollerate 17 and be effective even if it is alleged or nroven that all or some of the damages being sought 18 were caused, in whole or 19 20 Article 7. MISCELLANEOUS 21 7.1 Terms. 22 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 23 Construction Contract for Developer Awarded Projects. 24 7.2 Assignment of Contract. 25 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 26 without the advanced express written consent of the Developer. 27 7.3 Successors and Assigns. 28 Developer and Contractor each binds itself, its partners, successors, assigns and legal 29 representatives to the other party hereto, in respect to all covenants, agreements and obligations 30 contained in the Contract Documents. 31 7.4 Severability. 32 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 33 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 34 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 35 7.5 Governing Law and Venue. 36 This Agreement, including all of the Contract Documents is performable in the State of Texas. 37 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District 38 of Texas, Fort Worth Division. 39 7.6 Authority to Sign. 40 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 41 signatory of the Contractor. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised April 2, 2014 M i PW R duo i ow sm mw dM W 005243-4 Developer Awarded Project Agreement Page 4 of 4 1 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 2 counterparts. 3 4 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 5 Contractor: Devel per: Bv: Bv: (Signature) (Signature) 061 Y4 (Printed Name) (Printed Name) Title: � �-ZAJXf Title: -t,44-,1` Company Name: TYa?h J Cjn J j-ud�oki Company name: Address:Address: -?e •. �� G City/State/Zit):, Oa$ Date Citv/State/Zin: 4-9 Al <:�-y " Z 6 l Date ** CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised April 2, 2014 Bond No. 4424474 006125-1 PROJECT RECORD DOCUMENTS Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we. Trophy Construction Services LLC , known as 8 "Principal". herein and SureTec Insurance Company a corporate 9 surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, The Peak Group, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 11 municippal corporation ("City"), in the penal sum of, Twenty Three thousand nine hundred eighteen & No/100 23,918.00 12 Dollars (S ), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 14 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 15 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number CFA# 18-0177;and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the day of , 2018, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Milam Street Sanitary Sewer Extension, 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Milam Street Sangary Sewer Extension CPN 101901 006125-2 PROJECT RECORD DOCUMENTS Page 2 or2 I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in _ 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended;and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of January , 2019 ATTEST: (Principal) cretary Witness as to Frin tpal 4'�� Alba, EnaVlorado Witness as eb Surety PRINCIPAL: Trophy Construction Services LLC BY: — Signature a U) A, �&YA__Q P Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company V Signature Patricia Ann Lyttle, Attorney -in -Fact Name and Title Address:1330 Post Oak Blvd., Suite 1100 Houston, TX 77056 Telephone Number: 713-812-0800 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Milani Street Sanitary Sewer Extension STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 101"I Revised January 31, 2012 Bond No. 442447 1 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 00 61 25 . 1 PROJECT RECORD DOCUMENTS Page I of 2 SECTION 00 62 14 PAYMENT BOND § KNOW ALL BY THESE PRESENTS: 7 That we, Trophy Construction Services LLC known as 8 "Principal" herein, and SureTec Insurance Company ,a 9 corporate surety (or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the l l Developer, The Peak Group, authorized to do business in Texas "(Developer"), and the City of 12 Fort Worth a Te><as mu ici al corpOjalto "City"), in the penal sum Twenty three thousand nine hun�recpelghtee 1r ii� No%10t� 13 of Dollars ($ 23,918.00 � 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA# 18-0177;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the day of , 2018, which Contract is hereby referred 23 to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 24 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 25 provided for in said Contract and designated as Milam Street Sanitary Sewer Extension. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CITYCONDITIONS — DEVELOPER AWARDED PROJECTS CPN 1019D1 Revised January 31. 2012 00 61 25 - 2 PROJECT RECORD DOCUMENTS Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the _ 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of ` 6 January 2019 W 7 ATTEST: ���LAU ACA (Nrincipal) ecretary 1P Witness as to Principal ATTEST: (Surety) UN Ivia 151azar Witness. tqSurety Alba E'nardorado 8 PRINCIPAL: Trophy Construction Services LLC BY: Signature Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company Signature Patricia Ann Lyttle, Attomey-in-Fact Name and Title Address: 1330 Post Oak Blvd., Suite 1100 Houston, TX 77056 Telephone Number: 713-812-0800 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical 1 l address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised ]anuary 31, 2012 Bond No. 4424474 00 61 25. 1 PROJECT RECORD DOCUMENTS Page 1 or 3 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 [Text in Blue is for information or guidance. Ren►ove all blue text in the project final document] 8 That we Trophy Construction Services LLC , known as 9 "Principal" herein and SureTec Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as I 1 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, The Peak Group, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the sum of Twenty three thousand nine hundred eighteen & No/100 13 Dollars ($ 23,918.00 ), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for payment of which suln well and truly be made jointly unto the 15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFAi118-0177; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the day of , 20_, which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Milam Street Sanitary Sewer Extension; and _"M 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33. after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CRY OF FORT WORTH Milam Street Sanitary Sewer Extension so STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 101901 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006123-2 PROJECT RECORD DOCUMENTS Page 2 or 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in pall upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Milam Street Sanitary Sewer Extension CPN 101901 tea 00 6125 - 3 PROJECT RECORD DOCUMENTS Page 3 of 3 l IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and 2 SEALED this instrument by duly authorized agents and officers on this the day of 3 January , 2019 4 5 6 8 10 IL 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ATTEST: (Principal) creta Witness as to Pr�nc$al PRINCIPAL: Trophy Construction Services LLC BY: /_ -� Signature Name and Title Address: 236 E. Ellison St. Burleson, TX 76028 SURETY: SureTec Insurance Company �gnature Patricia Ann Lyttle, Attorney -in -Fact ATTEST: Name and Title Address:1330 Post Oak Blvd., Suite 1100 Elvin Salazar (Surety) TvVif Houston, TX 77056 Witness as to urety Telephone Number: 713-812-0800 Alba Ena rado If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Milam Street Seniory Sewer Extension CPN 101901 FOAM 4221767 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents r` make, constitute and appoint Bryan K. Moore, Gary W. Wheatley, Betty J. Reeh, Michael D. Hendrickson, Patricia Ann Lyttle its true and lawful Attomey-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Fifteen Million and 00/100 Dollars ($15,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 12131/2019 and is made under and.by authority of the following " resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: ON Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. WIN Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2e of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 17th day of January , A.D. 2017 . ,tlpNIN1YIN�N SURETEC 7.,+re ANY � \aSVRA/ypF� By: w' W f D' John Knt State of Texas ss: 7� ti .1 County of Harris '•••••-••••• IYIM � n�M� On this 17th day of January, A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above MP instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. XENIA CHAVEZ f� _Notary Public, State of TexasAlia +mac Comm. Expires 09-10-2020°;,`Notary ID 129117659vez, Notary Public _._._._____„o_..ssion expires September 10, 2020 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. L �.} WBe1yy:Assisktant Given under my hand and the seal of said Company at Houston, Texas thigx 7 , kdday C) A.D. ry M Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 _ You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall = not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety = thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. y Texas Rider 010106 MP On am ud do no M W. wh PEP .W W STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 101901 Revised December 20, 2012 on ON M" i i mo am OW STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology................................................................................................................ I DefinedTerms........................................................................................................................................I Terminology........................................................................................................................................ 5 Article2 —Preliminary Matters............................................................................................................................5 2.1 Before Starting Construction........................................................................................................... 5 2.2 Preconstruction Conference............................................................................................................. 6 2.3 Public Meeting................................................................................................................................. 6 Article 3 — Contract Documents and Amending................................................................................................. 6 3.1 Reference Standards........................................................................................................................ 6 3.2 Amending and Supplementing Contract Documents..................................................................... 6 Article4 — Bonds and Insurance........................................................................................................................... 6 4.1 Licensed Sureties and Insurers........................................................................................................ 6 4.2 Performance, Payment, and Maintenance Bonds........................................................................... 7 4.3 Certificates of Insurance.................................................................................................................. 7 4.4 Contractor's Insurance..................................................................................................................... 9 4.5 Acceptance of Bonds and Insurance; Option to Replace ............................... 12 .............................. Article 5 —Contractor's Responsibilities............................................................................................................12 5.1 Supervision and Superintendent....................................................................................................12 5.2 Labor; Working Hours...................................................................................................................13 5.3 Services, Materials, and Equipment.............................................................................................13 5.4 Project Schedule.............................................................................................................................14 5.5 Substitutes and "Or-Equals"..........................................................................................................14 5.6 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).......................................16 5.7 Concerning Subcontractors, Suppliers, and Others......................................................................16 5.8 Wage Rates.....................................................................................................................................18 5.9 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..................................................................................................................... 22 5.15 Hazard Communication Programs................................................................................................22 5.16 Submittals.......................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee.............................................................................23 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 5.18 Indemnification.............................................................................................................................. 24 5.19 Delegation of Professional Design Services.................................................................................24 5.20 Right to Audit.................................................................................................................................25 5.21 Nondiscrimination..........................................................................................................................26 Article6 - Other Work atthe Site.............................................................................................................. 26 6.01 Related Work at Site.............................................................................................................. 26 Article 7 -City's Responsibilities.....................................................................................................................26 7.1 Inspections, Tests, and Approvals.................................................................................................26 7.2 Limitations on City's Responsibilities..........................................................................................27 7.3 Compliance with Safety Program.................................................................................................27 Article 8 - City's Observation Status During Construction.............................................................................. 27 8.1 City's Project Representative.........................................................................................................27 8.2 Authorized Variations in Work.............................................................................................. 27 '^ 8.3 Rejecting Defective Work...................................................................................................... 28 8.4 Determinations for Work Performed............................................................................................28 Article9 - Changes in the Work................................................................................................................ 28 9.1 Authorized Changes in the Work........................................................................................... 28 9.2 Notification to Surety....................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time ............................................... ...............28 10.1 Change of Contract Price............................................................................................................... 28 10.2 Change of Contract Time..............................................................................................................29 10.3 Delays.............................................................................................................................................29 Article I I - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ....................... 29 11.1 Notice of Defects...........................................................................................................................29 11.2 Access to Work..............................................................................................................................29 11.3 Tests and Inspections..................................................................................................................... 29 11.4 Uncovering Work.................................................................................................................. 30 11.5 City May Stop the Work........................................................................................................ 30 11.6 Correction or Removal ofDefective Work............................................................................. 30 11.7 Correction Period........................................................................................................................... 31 11.8 City May Correct Defective Work......................................................................................... 32 Article12 - Completion.....................................................................................................................................32 12.1 Contractor's Warranty of Title...................................................................................................... 32 12.2 Partial Utilization...........................................................................................................................32 12.3 Final Inspection..............................................................................................................................33 ..' 12.4 Final Acceptance............................................................................................................................33 Article13 - Suspension of Work................................................................................................................ 34 13.01 City May Suspend Work........................................................................................................ 34 Article14 - Miscellaneous.................................................................................................................................34 14.1 Giving Notice................................................................................................................................. 34 14.2 Computation of Times...................................................................................................................35 14.3 Cumulative Remedies....................................................................................................................35 14.4 Survival of Obligations..................................................................................................................35 14.5 Headings.........................................................................................................................................35 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects 101901 Revised December 20, 2012 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page I of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.1 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 collaborationsystem. 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 T 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 its attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 a. An Agreement 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 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor - The individual or entity with whom Developer has entered into the Agreement. 11. Day or day - A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer - An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings - That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer - The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements - A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations - Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens - Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone - A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order - A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. _ 22. Participating Change Order - A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule - A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project - The Work to be performed under the Contract Documents. 26. Project Representative - The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples - Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 7310- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals - A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site - Lands or areas indicated in the Contract Documents as being filrnished 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 ofContractor. 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. 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 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. 1.2 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: 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. ARTICLE 2 — PRELIMINARY MATTERS 2.1 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 2.2 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.3 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 3.1 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. 3.2 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; 2. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 3. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.1 Licensed Sureties and Insurers CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 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 Section4.04. 4.2 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 s (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. 4.3 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. 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 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 & CasualtyGuide 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 isrequired. 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 regard to asset value and stockholders' equity. In 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. I CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 9 �. Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 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. 4.4 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 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects 101901 Revised December 20, 2012 00 7310-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 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 limitsof: 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 andnon-owned. 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 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 railroadproperty: 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- way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 w 00 7310-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 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. 4.5 Acceptance of Bonds and Insurance; Option toReplace 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 5.1 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 7310-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.2 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. 5.3 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, _ connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.4 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. 5.5 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: so 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 7310-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the `IM 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 0125 00and: 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 thatspecified; 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; T iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same -. manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or Submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorney's 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. 5.6 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 -- 5.7 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.8 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. i B. Penaltyfor 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 31 st 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 1 lth 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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 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. 5.9 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 ofpatent 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 orRegulations. T 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 OtherAreas A. Limitation on Use of Site and Other Areas: CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 10I901 Revised December 20, 2012 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 0073 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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 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 imbeddeditems. 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 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 orRegulations. 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 7310- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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. 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; CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 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 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 4.02.13. 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 EFFECTIVL EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES MNG SOTJGHT WERE CAUSED, IN WHOLE OR iN PART. BY ANY ACT, OMISSION OR NEGLIGENCE N OF THE C1TY. 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 ALL . ED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOL.. 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. M r.. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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. 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 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. 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 7.1 Inspections, Tests, and Approvals �. City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 4" CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 20I2 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.2 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. 7.3 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 8.1 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. 8.2 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 r-1 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.3 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. 8.4 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 9.1 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. 9.2 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 10.1 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 10.2 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.3 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. ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 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. 11.2 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. 11.3 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 MR 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 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. 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 r. 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. 11.4 Uncovering Work 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. 11.5 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 ofthem. 11.6 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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. 11.7 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 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 Lw� 00 7310- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 11.8 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 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 12.1 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. 12.2 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 i CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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 intendeduse. 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. 12.3 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 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. - 12.4 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 beenresolved: a. directly by the Contractoror; CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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 Ir, 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 14.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemedto have been validly given i£ 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.2 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. 14.3 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. 14.4 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. 14.5 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 1 2 3 GENERAL 4 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP PROJECT RECORD DOCUMENTS Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 011100-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 All Work shall be in accordance with railroad requirements set forth in Division 7 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, 18 plants, lawns, fences, culverts, curbing, and all other types of structures or 19 improvements, to all water, sewer, and gas lines, to all conduits, overhead pole 20 lines, or appurtenances thereof, including the construction of temporary fences 21 and to all other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or 23 private lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of 25 the Work. 26 b. Notices shall be applicable to both public and private utility companies and 27 any corporation, company, individual, or other, either as owners or 28 occupants, whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character 30 resulting from any act, omission, neglect, or misconduct in the manner or 31 method or execution of the Work, or at any time due to defective work, 32 material, or equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the 35 Project to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the 37 Work is not in progress and when the site is vacated overnight, and/or at all 38 times to provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 01 11 00 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101901 Revised December 20, 2012 006125-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by theCity. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of theContract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attendingmeetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be taperecorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may 38 desire to invite or the City may request 39 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 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 L Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 006125-1 DAP PROJECT RECORD DOCUMENTS Pagel of 7 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following Work- 7 related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of theContract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 (ifrequired) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 006125-2 DAP PROJECT RECORD DOCUMENTS 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Page 2 of 7 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. SubmittalNumbering 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 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 andverified 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 '/2 inches x 11 inches to 8 '/z inches x 11 inches. 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 7 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limitedto: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings — 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon fieldmeasurements _ 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 i AM w MM i 00 61 25 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 7 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational -range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended spare -parts 7 listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern swatches and 15 range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material to be 20 fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on -site construction accomplished which 22 does not conform to approved shop drawings and data is at the Contractor's risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance with 26 approved shop drawings, applicable samples, and product data. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 allsubmittals 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) a. Shop Drawings 1) Distributed to the City CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 00 61 25 - 5 DAP PROJECT RECORD DOCUMENTS MR W on 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 5 of 7 2) Copies a. 8 copies for mechanical submittals b. 7 copies for all othersubmittals 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) 4copies 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 ofthe 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 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 00 61 25 - 6 DAP PROJECT RECORD DOCUMENTS Page 6 of 7 1 a. The Contractor may release the equipment or material for manufacture; 2 however, all notations and comments must be incorporated into the final 3 product. 4 c. Code 3 5 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned 6 when notations and comments are extensive enough to require a resubmittal of 7 the package. _ 8 a) The Contractor may release the equipment or material for manufacture; 9 however, all notations and comments must be incorporated into the final 10 product. 11 b) This resubmittal is to address all comments, omissions and non -conforming 12 items that were noted. 13 c) Resubmittal is to be received by the City within 15 Calendar Days of the 14 date of the City's transmittal requiring the resubmittal. 15 d. Code4 16 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of 17 the Contract Documents. 18 a) The Contractor must resubmit the entire package revised to bring the 19 submittal into conformance. 20 b) It may be necessary to resubmit using a different manufacturer/vendor to �* 21 meet the Contract Documents. 22 6. Resubmittals 23 a. Handled in the same manner as first submittals 24 1) Corrections other than requested by the City 25 2) Marked with revision triangle or other similar method 26 a) At Contractor's risk if notmarked 27 b. Submittals for each item will be reviewed no more than twice at the City's expense. 28 1) All subsequent reviews will be performed at times convenient to the City and at 29 the Contractor's expense, based on the City's or City Representative's then 30 prevailing rates. 31 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all 32 such fees invoiced by the City. 33 c. The need for more than 1 resubmission or any other delay in obtaining City's 34 review of submittals, will not entitle the Contractor to an extension of Contract 35 Time. 36 7. Partial Submittals 37 a. City reserves the right to not review submittals deemed partial, at the City's 38 discretion. 39 b. Submittals deemed by the City to be not complete will be returned to the Contractor —' 40 and will be considered "Not Approved" until resubmitted. 41 c. The City may at its option provide a list or mark the submittal directing the 42 Contractor to the areas that are incomplete. 43 8. If the Contractor considers any correction indicated on the shop drawings to constitute a 44 change to the Contract Documents, then written notice must be provided thereof to the 45 Developer at least 7 Calendar Days prior to release for manufacture. 46 9. When the shop drawings have been completed to the satisfaction of the City,the 47 Contractor may carry out the construction in accordance therewith and no further 48 changes therein except upon written instructions from the City. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 006125-7 DAP PROJECT RECORD DOCUMENTS Page 7 of 7 10. Each submittal, appropriately coded, will be returned within 30 CalendarDays following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are notnecessarily 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 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] 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 .. Mt 006125-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.] 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps ofEngineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 1. [Coordination with North Central Texas Council of Governments Clean 20 Construction Specification [remove if not required]) 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of theContract 25 2. Division 1 —General Requirements 26 3. Section 33 12 25 — Connection to Existing WaterMains 27 .� 28 1.2 REFERENCES 29 A. Reference Standards .� 30 1. Reference standards cited in this Specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this Specification, 32 unless a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 34 Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 36 Specification 37 1.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas Department 40 of Transportation (TxDOT): CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 MN M ,W 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 7 1 a. Notify the Texas Department of Transportation prior to commencing any work 2 therein in accordance with the provisions of the permit 3 b. All work performed in the TxDOT right-of-way shall be performed in compliance 4 with and subject to approval from the Texas Department of Transportation 5 B. Work near High Voltage Lines 6 1. Regulatory Requirements 7 a. All Work near High Voltage Lines (more than 600 volts measured between 8 conductors or between a conductor and the ground) shall be in accordance with 9 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 10 2. Warning sign 11 a. Provide sign of sufficient size meeting all OSHA requirements. 12 3. Equipment operating within 10 feet of high voltage lines will require the following 13 safety features 14 a. Insulating cage -type of guard about the boom or arm 15 b. Insulator links on the lift hook connections for back hoes ordippers 16 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 17 requirements of the owner of the high voltage lines 18 4. Work within 6 feet of high voltage electric lines 19 a. Notification shall be given to: 20 1) The power company (example: ONCOR) 21 a) Maintain an accurate log of all such calls to power company and record 22 action taken in each case. 23 b. Coordination with powercompany 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower 26 the lines 27 c. No personnel may work within 6 feet of a high voltage line before the above 28 requirements have been met. 29 C. Confined Space Entry Program 30 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 31 requirements. 32 2. Confined Spaces include: 33 a. Manholes 34 b. All other confined spaces in accordance with OSHA's Permit Requiredfor 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following willapply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior 40 to commencing. 41 2) Minimum 24-hour public notification in accordance with Section 0131 13 42 E. Water Department Coordination 43 44 1. During the construction of this project, it will be necessary to deactivate, for a period of 45 time, existing lines. The Contractor shall be required to coordinate with the Water 46 Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Milan Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 20I3 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing City 2 water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use during 5 the life of named project. 6 C. In the event that a water valve on an existing live system be turned off and on to 7 accommodate the construction of the project is required, coordinate this activity 8 through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be 12 prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and responsibilities as 14 a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block basis, 17 prepare and deliver a notice or flyer of the pending construction to the front door of each 18 residence or business that will be impacted by construction. The notice shall be prepared 19 as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name ofProject 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 32 3) Submit schedule showing the construction start and fmish time for each block 33 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 delivered to 36 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 serviceto 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 information: 45 1) Name of the project 46 2) City Project Number 47 3) Date of the interruption of service 48 4) Period the interruption will take place CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 00 61 25 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 7 1 5) Name of the contractor's foreman and phone number 2 6) Name of the City's inspector and phone number 3 c. A sample of the temporary water service interruption notification is attached as 4 Exhibit B. 5 d. Deliver a copy of the temporary interruption notification to the City inspector for 6 review prior to being distributed. 7 e. No interruption of water service can occur until the flyer has been delivered to all 8 affected residents and businesses. 9 f. Electronic versions of the sample flyers can be obtained from the Project 10 Construction Inspector. 11 H. Coordination with United States Army Corps of Engineers (USACE) 12 1. At locations in the Project where construction activities occur in areas where USACE 13 permits are required, meet all requirements set forth in each designated permit. 14 I. Coordination within Railroad Permit Areas 15 1. At locations in the project where construction activities occur in areas where railroad 16 permits are required, meet all requirements set forth in each designated railroad permit. 17 This includes, but is not limited to, provisions for: 18 a. Flagmen 19 b. Inspectors 20 c. Safety training 21 d. Additional insurance 22 e. Insurance certificates 23 f. Other employees required to protect the right-of-way and property of the Railroad 24 Company from damage arising out of and/or from the construction of the project. 25 Proper utility clearance procedures shall be used in accordance with thepermit 26 guidelines. 27 2. Obtain any supplemental information needed to comply with the railroad's 28 requirements. 29 J. Dust Control 30 1. Use acceptable measures to control dust at the Site. 31 a. If water is used to control dust, capture and properly dispose of waste water. 32 b. If wet saw cutting is performed, capture and properly dispose ofslurry. 33 K. Employee Parking 34 1. Provide parking for employees at locations approved by theCity. 35 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 36 Construction Specification [if required for the project] 37 1. Comply with equipment, operational, reporting and enforcement requirements set forth 38 in NCTCOG's Clean Construction Specification.) CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 006125-5 DAP PROJECT RECORD DOCUMENTS Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 006125-6 DAP PROJECT RECORD DOCUMENTS Page 6 of 7 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF 22 THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 00 61 25 - 7 DAP PROJECT RECORD DOCUMENTS Page 7 of I EXHIBIT B 2 FoR� x Dole NO. Xj= ftolm I.anw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August, 30, 2013 006125-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures andcoordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of theContract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment ofall 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set ofQuality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of TestingReports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another form of distribution approved 38 by the City. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. 41 3) Hard Copies CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 at 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 2 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 theContractor 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 ofdelivery 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] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised August 30, 2013 006125-1 — DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dustcontrol 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: - 16 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 -General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. - 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] _ 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. - 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be - 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water fordomestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired 41 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised JULY 1, 2011 re 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity andLighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generatorto 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat andVentilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe workingconditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons onSite. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals andproperly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion ofProject 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities withfloor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderlymanner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage awayfrom 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised JULY 1, 20I 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 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 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 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised JULY 1, 2011 00 61 25 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 MW mm CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised JULY 1, 2011 01 55 26 -1 DAP PROJECT RECORD DOCUMENTS Page 1 of 2 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification T 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of theContract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit isrequired. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised July 1, 2011 so M on ow l.J P, 01 55 26 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 2 1 2) Contractor's responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor's responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction, then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices (MUTCD). 19 2. Install temporary sign before the removal of permanentsign. 20 3. When construction is complete, to the extent that the permanent sign canbe 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division, to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City's Buzzsaw website. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION Revision Log DATE NAME SUNDAARY OF CHANGE CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised July 1, 2011 006125-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 3125 00 — Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre ofdisturbance 16 A. Work associated with this Item is considered subsidiary to the variousltems 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre ofdisturbance 19 Measurement and Payment shall be in accordance with Section 3125 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end ofthis 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. 37 38 B. Construction Activities resulting in: CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 1. Less than 1 acre ofdisturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres ofdisturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQrequirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQrequirements 3. 5 acres or more ofDisturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQrequirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQrequirements 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. 39 1.5 SUBMITTALS 40 41 42 43 44 45 46 47 A. SWPPP Submit in accordance with Section 0133 00, except as statedherein. 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised July 1, 2011 00 61 25 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance With Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - -PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 M CITY OF FORT WORTH Mil am Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised July 1, 2011 i PM .w C J 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 006125-1 DAP PROJECT RECORD DOCUMENTS Page I of 2 SECTION 0160 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 theContract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard ProductsList B. 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. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 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. D. Although a specific product is included on City's Standard Product List, notall products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. 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] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 2 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 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 .f 6 i R� PM CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions PM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 an 1 2 on T w 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of productdelivery 2. Packaging of products fordelivery 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 theContract 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. 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions "� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 M" i ,M M 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 1 6. Provide manufacturer's instructions for storage andhandling. 2 B. Handling Requirements 3 1. Handle products or equipment in accordance with these Contract Documentsand 4 manufacturer's recommendations and instructions. 5 C. Storage Requirements 6 1. Store materials in accordance with manufacturer's recommendations and 7 requirements of these Specifications. 8 2. Make necessary provisions for safe storage of materials andequipment. 9 a. Place loose soil materials and materials to be incorporated into Work to prevent 10 damage to any part of Work or existing facilities and to maintain free access at 11 all times to all parts of Work and to utility service company installations in 12 vicinity of Work. 13 3. Keep materials and equipment neatly and compactly stored in locations that will 14 cause minimum inconvenience to other contractors, public travel, adjoining owners, 15 tenants and occupants. 16 a. Arrange storage to provide easy access for inspection. 17 4. Restrict storage to areas available on construction site for storage of materialand 18 equipment as shown on Drawings or approved by City's Project Representative. 19 5. Provide off -site storage and protection when on -site storage is notadequate. 20 a. Provide addresses of and access to off -site storage locations for inspection by 21 City's Project Representative. 22 6. Do not use lawns, grass plots or other private property for storage purposes without 23 written permission of owner or other person in possession or control of premises. 24 7. Store in manufacturers' unopened containers. 25 8. Neatly, safely and compactly stack materials delivered and stored along line of 26 Work to avoid inconvenience and damage to property owners and general public 27 and maintain at least 3 feet from fire hydrant. 28 9. Keep public and private driveways and street crossings open. 29 10. Repair or replace damaged lawns, sidewalks, streets or other improvementsto 30 satisfaction of City's Project Representative. 31 a. Total length which materials may be distributed along route of construction at 32 one time is 1,000 linear feet, unless otherwise approved in writing by City's 33 Project Representative. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS [NOT USED] 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 ERECTION [NOT USED] CITY OF FORT WORTH Milan Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 + 22 23 24 25 26 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 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 otherway 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] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 01 74 23 - 1 DAP CLEANING Page 1 of 3 SECTION 0174 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 theContract 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 disturbedby 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 01 74 23 - 2 DAP CLEANING Page 2 of 3 PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface beingcleaned 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 thinnerin 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. 6. Handle materials in a controlled manner with as few handlings aspossible. 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. CITY OF FORT WORTH Milani Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 3 1 B. Intermediate Cleaning during Construction 2 1. Keep Work areas clean so as not to hinder health, safety or convenience of 3 personnel in existing facility operations. 4 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 5 3. Confine construction debris daily in strategically locatedcontainer(s): 6 a. Cover to prevent blowing by wind 7 b. Store debris away from construction or operational activities 8 c. Haul from site at a minimum of once per week 9 4. Vacuum clean interior areas when ready to receive finish painting. 10 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 11 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 12 may become airborne or transported by flowing water during the storm. 13 C. Exterior (Site or Right of Way) Final Cleaning 14 1. Remove trash and debris containers fromsite. 15 a. Re -seed areas disturbed by location of trash and debris containers in accordance 16 with Section 32 92 13. 17 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 18 that may hinder or disrupt the flow of traffic along the roadway. 19 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 20 junction boxes and inlets. 21 4. If no longer required for maintenance of erosion facilities, and upon approvalby 22 City, remove erosion control from site. 23 Clean signs, lights, signals, etc. 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 29 30 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE 4n12014 M.Domenech Revised for DAP application 33 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 017719-1 — DAP CLOSEOUT REQUIREMENTS Page 1 of 3 —1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out acontract i 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of theContract 11 1. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, i 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 PART 2 - PRODUCTS [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 i 9" No Em EW 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 3.4 CLOSEOUT PROCEDURE 2 A. Prior to requesting Final Inspection, submit: 3 1. Project Record Documents in accordance with Section 01 78 39 4 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 5 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 6 01 7423. 7 C. Final Inspection 8 1. After final cleaning, provide notice to the City Project Representative that the Work 9 is completed. 10 a. The City will make an initial Final Inspection with the Contractor present. 11 b. Upon completion of this inspection, the City will notify the Contractor, in 12 writing within 10 business days, of any particulars in which this inspection 13 reveals that the Work is defective or incomplete. 14 2. Upon receiving written notice from the City, immediately undertake the Work 15 required to remedy deficiencies and complete the Work to the satisfaction ofthe 16 City. 17 3. Upon completion of Work associated with the items listed in the City's written 18 notice, inform the City, that the required Work has been completed. Uponreceipt 19 of this notice, the City, in the presence of the Contractor, will make asubsequent 20 Final Inspection of the project. 21 4. Provide all special accessories required to place each item of equipment in full 22 operation. These special accessory items include, but are not limited to: 23 a. Specified spare parts 24 b. Adequate oil and grease as required for the first lubrication of the equipment 25 c. Initial fill up of all chemical tanks and fuel tanks 26 d. Light bulbs 27 e. Fuses 28 f. Vault keys 29 g. Handwheels 30 h. Other expendable items as required for initial start-up and operation of all 31 equipment 32 D. Notice of Project Completion 33 1. Once the City Project Representative finds the Work subsequent to Final Inspection 34 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 35 E. Supporting Documentation 36 1. Coordinate with the City Project Representative to complete the following 37 additional forms: 38 a. Final Payment Request 39 b. Statement of ContractTime 40 c. Affidavit of Payment and Release of Liens 41 d. Consent of Surety to Final Payment 42 e. Pipe Report (if required) 43 f. Contractor's Evaluation of City 44 g. Performance Evaluation ofContractor CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 M� Md no E. +w 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1 F. Letter of Final Acceptance 2 1. Upon review and acceptance of Notice of Project Completion and Supporting 3 Documentation, in accordance with General Conditions, City will issue Letter of 4 Final Acceptance and release the Final Payment Request for payment. 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 4n12014 M.Domenech Revised for DAP application CITY OF FORT WORTH Milwn Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 M 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 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 limitedto: 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 theContract 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 ofproduct shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shallbe 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 '/2 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 d. Drawings 1) Provide reinforced punched binder tab, bind in with text MW CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 2) Reduce larger drawings and fold to size of text pages. 2 e. Provide fly -leaf for each separate product, or each piece of operating 3 equipment. 4 1) Provide typed description of product, and major component parts of 5 equipment. 6 2) Provide indexed tabs. 7 f. Cover 8 1) Identify each volume with typed or printed title "OPERATING AND 9 MAINTENANCE INSTRUCTIONS". 10 2) List: 11 a) Title ofProject 12 b) Identity of separate structure as applicable 13 c) Identity of general subject matter covered in themanual 14 3. Binders 15 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 16 b. When multiple binders are used, correlate the data into relatedconsistent 17 groupings. 18 4. If available, provide an electronic form of the O&MManual. 19 B. Manual Content 20 1. Neatly typewritten table of contents for each volume, arranged in systematic order 21 a. Contractor, name of responsible principal, address and telephone number 22 b. A list of each product required to be included, indexed to content of thevolume 23 c. List, with each product: 24 1) The name, address and telephone number of the subcontractor or installer 25 2) A list of each product required to be included, indexed to content of the 26 volume 27 3) Identify area of responsibility of each 28 4) Local source of supply for parts and replacement 29 d. Identify each product by product name and other identifying symbols as set 30 forth in Contract Documents. 31 2. Product Data 32 a. Include only those sheets which are pertinent to the specific product. 33 b. Annotate each sheetto: 34 1) Clearly identify specific product or part installed 35 2) Clearly identify data applicable to installation 36 3) Delete references to inapplicable information 37 3. Drawings 38 a. Supplement product data with drawings as necessary to clearly illustrate: 39 1) Relations of component parts of equipment and systems 40 2) Control and flow diagrams 41 b. Coordinate drawings with information in Project Record Documents to assure 42 correct illustration of completed installation. 43 c. Do not use Project Record Drawings as maintenance drawings. 44 4. Written text, as required to supplement product data for the particular installation: 45 a. Organize in consistent format under separate headings for different procedures. 46 b. Provide logical sequence of instructions of eachprocedure. 47 5. Copy.of each warranty, bond and service contractissued 48 a. Provide information sheet for City personnel giving: CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA M i i .. i Page 3 of 5 1) Proper procedures in event of failure 2 2) Instances which might affect validity of warranties or bonds 3 C. Manual for Materials and Finishes 4 1. Submit 5 copies of complete manual in final form. 5 2. Content, for architectural products, applied materials and finishes: 6 a. Manufacturer's data, giving full information on products 7 1) Catalog number, size, composition 8 2) Color and texture designations 9 3) Information required for reordering special manufactured products 10 b. Instructions for care andmaintenance 11 1) Manufacturer's recommendation for types of cleaning agents and methods 12 2) Cautions against cleaning agents and methods which are detrimental to 13 product 14 3) Recommended schedule for cleaning and maintenance 15 3. Content, for moisture protection and weather exposure products: 16 a. Manufacturer's data, giving full information on products 17 1) Applicable standards 18 2) Chemical composition 19 3) Details of installation 20 b. Instructions for inspection, maintenance andrepair 21 D. Manual for Equipment and Systems 22 1. Submit 5 copies of complete manual in final form. 23 2. Content, for each unit of equipment and system, as appropriate: 24 a. Description of unit and component parts 25 1) Function, normal operating characteristics and limiting conditions 26 2) Performance curves, engineering data and tests 27 3) Complete nomenclature and commercial number of replaceable parts 28 b. Operating procedures 29 1) Start-up, break-in, routine and normal operating instructions 30 2) Regulation, control, stopping, shut -down and emergency instructions 31 3) Summer and winter operating instructions 32 4) Special operating instructions 33 c. Maintenance procedures 34 1) Routine operations 35 2) Guide to "trouble shooting" 36 3) Disassembly, repair and reassembly 37 4) Alignment, adjusting and checking 38 d. Servicing and lubrication schedule 39 1) List of lubricants required 40 e. Manufacturer's printed operating and maintenance instructions 41 f. Description of sequence of operation by control manufacturer 42 1) Predicted life of parts subject to wear 43 2) Items recommended to be stocked as spare parts 44 g. As installed control diagrams by controls manufacturer 45 h. Each contractor's coordination drawings 46 1) As installed color -coded piping diagrams 47 i. Charts of valve tag numbers, with location and function of each valve CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 i 0" M 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 1 j. List of original manufacturer's spare parts, manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections ofSpecifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves, engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories ofpanelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color -coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly, repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts, manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Provide operation and maintenance data by personnel with the followingcriteria: 33 1. Trained and experienced in maintenance and operation of describedproducts 34 2. Skilled as technical writer to the extent required to communicate essential data 35 3. Skilled as draftsman competent to prepare required drawings 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] 39 PART 2 - PRODUCTS [NOT USED] 40 PART 3 - EXECUTION [NOT USED] CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 ki 17823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 78 39 -1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 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 theContract 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, makingadequate 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS I01901 Revised April 7, 2014 i MIP M" 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receiptof 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, atno 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents withthe 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 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 onDrawings 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 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 descriptionof 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. CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 W 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to otherpocuments 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 ofthat 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 CITY OF FORT WORTH Milam Street Sanitary Sewer Extensions STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101901 Revised April 7, 2014 APPENDIX [Text in Blue is for information or guidance. Remove all blue text in the Project final documentation] GG 4.01 Availability of Lands <Provide current statement of record(s) legal title and legal descriptions for lands upon which the Work is to be performed> <Provide reports andlor drawings relative to subsurface conditions at the Project Site (excluding Underground Facilities)> <Provide drawings andlor documents that provide information for Underground Facilities at or contiguous to the Project Site> GR-01 60 00 Product Requirements CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10190I Revised July 1, 2011 M ftN no GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK 11 CITY OF FORT WORTH Milam Street Sanitary Sewer Extension STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101901 Revised July 1, 2011 Ow Ia a4 car NON W n IN W am CITY OF FORT WORTH WATER DEPARTMENTS STANDARD PRODUCTS LIST UPDATED: MIS-2018 Approval Spec No. Clausification Manufacturer Model No. National Spec Size WASTEWATER Manhole Inserts - Field Ooerations Use Only -(Rev 2/3/16 • 330513 Manhole Insert Kennon Ente�P'' MademOrder-Aube ASTMD 1248 For24"dia. • 330513 Manhole 1pert --- ----- --- _---- --So. Wertem Paclagin. - -- — Made m Order -Mean. ASTMD 1248 For24"din. • 330513 Manhole bsert Nofic -hollow Made to Order -pl fi. ASTM D 1248 For 24'di, 09/23/96 33 05 13 Manhole Insert S. west nor &Saba, Ine. U&Sava- Sninl m SWl For7A" du. 0923/96 330513 Manhole heed Sauthweatem ng&SWe, Irc TeOwrLok- Stainl mStrel For24"dia • M�gy�h+��) 5 33 M� r nr¢4,Cover2tgng9.l�r 33-05-13 (Rev 2/3/16 IFMnbde �remeaand Ww I — Woke, Bam&Hay. Fmmdry 1001 24"x40'WD Manholes & 3ases/Framea& Covers/Standard JRoune l 33-05-13 (Rev 2/3/16) • 33913 Manhole Fnam and Coven Ueeem ImnVA.. Bass iflpa Foundry 30021 24"Ile • 33 05 13 Menhole Fnenes and Coven McIGNev I= Wor( IncA 24 AM 24" Dora. • 33 05 13 Manhole Frames and Coven Neenah Cortina 24' Die 3305 13 Manhole Freres and Coven SigngdCoroorg4an MH-144N 3305 13 a Coven - - -- _— -- SicmaCrajpyranm -- MH-143N 330513 PE Coven 1\}��an A�-(.� GTS-STD 24"du. 330513 Coven nmnerrt:mtieg 24'dia. 10"31/06 3305 13 Manhole Frarce and Conn. mceed) - - _- - - - _ - - - Foweneel -- - -Hnaed Ductile he. Man h le ASTM A536 24" Ora 7/25/03 3305 13 MMale Francs and Coven I Und-Gobs A�/4� tin (Pamaex/— RE32-REFS 30" Di. 01/31/06 330513 30" DI MH Ring and Cover 1 Fin Jo Innn wake V1432-2 and V1493 Cast AASHTO M30644 30"Dior 30"tors 330513 30' DI MH 9w and C.— Simryl 11ppqq((tnon _-- MH1651FWN&MH1654.2 0/02/1O 07/19/11 330513 30"DIMHRrgarad Covm Ste Pnaduw MH32FTWSSDC 30"Die Os/Ipll 330513 30'DI MHR Rand Cover �" sat 220700Hw thG 1Rmg 30"Dior 10/14/13 330513 30" DI MHRra and CoverGR� &Lmkeble) Emt Jordan hoe Wake with Cemiack/f.IPIC/T-Geeket ASSHTOM105&ASTMA536 30"Dior 0"01/I7 340513 30"DI MH Rng and C.—(Fhnged&I.ackat, )CI _ _ SEP fdustna 2280 32" ASTMA48 30'Pa. MII I 3305.301 30" DI MH Rna and Cova(Wnae&Look) Co ft SewoeaCover and Cover w/Lock HIYFRP Comooaite 30"Dior. Manl(plesA.. Bases/FraMjl;APpvers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16 ' 330513 Nonhoc Face aM Cavan----------Pont-A-T& Amnaht 24-Dior ' 3305 13 Manhole Fnmu and Coven Nemuh Caen9�n 24" Di.. • ----330513 _ Manhole Franca and Coven We— lore Worka,Bw£Hay. Famdr, -- — -- 300-24P 24"Dia. • 330513 Manhole Fnameaand Coven McKid Ilmn Worm In. _— - WPA24AM 24-Dior. 03/WOO 330513 Manhole Fneeaed Coven Accucut RCf00 ASTMA48 24"Aa. 04tMOI 330513 Manhole Framea and Coven (SU-Sen anon In hwhice Pnvate Ltd. 3M24-23 75 m and C.. ASTM A 48 24' Pa. Manholes & BasesRgr�w/ComrUjrRtg33-39-10 (Rev 2/3/16) 07t"97 3305 13 Urellene d he W.Inee, Mali Koµva K K. Ad*. 131tn-SW P-201 ASTM D2240/D412/D792 04/2N00 3305 13 OIF t ]a'nt for4' Diem. MH Henon Cacnk Pmducn Dnwi�'8JJ 35-004&001 042NOO 330513 Profile Gaakea In,4' Dien MH AW em-SGasket Com. 2 Gasket ASTM C-443/C-361 SS MH 1/2699 330513 HDPE MaNeIe Ad Inman Ringo Wes Ladtmh, Inc HDPE AdivalmentR� IWnoidSW Svetem Non-beai. ance 5/13/05 330513 Manhole ExterW Cenum-CPS McNnole Fnra- ben Manholes B /Pr Concrete R v1/8/13) • 333910 blanhole, Cocrete Hyypro Cordat Co p I SPL Item #49 ASTM C 478 48" • 333910 Manhole, Precast Conerde Wall Comrete Ca Inc ASTM C-443 48" ' 333910 Manhole, Prmaa Corners. Fo��fonnerly OifibN-IGII, Hanson) I ASTM C478 48" 0426/00 333910 SI'jPle Offet S.) Joint Fonmm(E.mcrly Giffni-HJI, Hwon) TMF 35-004&001 ASTM C 478 48"Dien MH 09/23196 333910 h�anhole. Preens Corcrcre Concrete Adduct Inc. 48"IU law/32"Coro ASTM C 478 48"w/32"cone 1Q27/06 333910 Merdwlq\PrcWCaeefe gdeWePracul Le. 48 "ID. Manhole w/2A'Cane AS7MC478 48"Diamw24'Ring 06b9/10 3339 l0 MWn1e, Yrecas[(ReiN'aa Polymer)Corcren UB Comsoeite Pix Reinfacad Polymer Corcsen ASTM G76 48'to 72" 7 ManholesB e /Fiberglass 33-39-13 jl/8/131 1. 333913 MaNele Auid Canrainnsnt,Irc. Flownn ASTM 3753 Non -resit see 08/30/06 333913 Manhole I L.F.Wufamnng Non-betRc area • Manhole & B 4. h vct�m i . mentitio as Q adex EI-14 Manhole Rehab Slatene 04/23/01 EI-14 Maohde Rehab Svstene 8tandand Cement Mendah,Irc. Rehaer MSP EI-14 Manhole Rehab System. I AP/M PemWbnn 4n0/Ol 5/12/03 EI-14 EI-14 Manhole Rehabs1� I MaNwle Rehab Syslem (LinW I S Cc Pol �N ixlrmlagiea S) SW MS2A Rehab S�(stem Mtl 1ppaj yaduet 1p ebOtranon ASTM D5813 08G0/06 GeneN Concrete Recau FI rae Tochmlosiee vaster iteoalr uct Mix Us J�t��{�.�I; mem 3ases/Rehab Svstes/NonCentitious 0520/96 EI-14 Manhole Rehab SMv*j����^^ 1 S J� Som Wall Polvuretlene Cortina ASTM D639/D'790 • EI-la Manhole Rehab Sysie� I _ _ _ Sun ForExtericeCmtingof 12/14/01 Catifa for Cortai{�ra ��(��ted a) ERTECH --- - - Sena 20230 and 2100 �i b. Emulsion) Corcneae stneteree ONy 07/31/06 Comnp fa Carouse I �on Cheatertun i Are 7911 SI� Sl. S2 Acd RasetanceTen Sewer Appl—ficne en&2006 Cosljpga f Conow If: _- -- I Waron Envimmrcnnl_ _ S-301 and 301- - - - - - I - - -- _ _ Sewer Ay Plicatiau O&WQ6 Caabnp C__aim Protmtion I Cind'I __ _ SLS-W id. Enna Sewer Q0.1i.atiom 33 05 16,33 39 I RR&CDampp—tingNon-Fibend Spy On le For Exteror Casting of 03/19/18 10,333920 Coatingl Conde—antecnon(Eece—) Sherwin Wdlrams (A..haic Emlaiaa) C.ronefeshne—Only PR ew/Ce, ttrifi1 1 �C ct Fi6eralaas Reinforced Pine 33-31-13(1/8/13) 7n197 �! 31 13 Cent. L'..r - - - - --Hobo PioeUSA. Inc. - I Hobss Moe (,rH` Prawn) ASTM D3262/D3754 032210 333 13 Fi 11m P Ameron Bondetratd RPMP Moe ASTM D3262/D3754 10/30/93 r�-,rI4.�� n\ear Rip PolYtrAne .. _—.__.- Amitech USA _ _yjFlowtite _ - _ASTM D3262/D3754 4/14/95 06,09/10 _ Polvmer m°n e Pi(({{yy - - - - Pine -- - -- U -- /M- Aoe ASTM C33. A276, F477 - - - - B" to 102", Clam V Et-9 R—forced Palvnner Caerete IB (nnucch AM ReiN ,cad i]lvmcr nerete Pine ASTM C-76 Pinef.l�y/Concrete • �'1 -04 EI-04 Con.. Piewfonxd — ICmr. Pine Co Inc_ - T-------_ AS7MC76 • EI-04 Corc. Pim�Reinbrced - -- -- I-lvdro Condt Co titian_ _ llamy - Flacon C... Praducn Clam III T&G SPL Item M77 S. M., .N98-Asa ASTM C 76 ASTMC76 • EI-01 Coma Pipe. Rcinforoa l - _ Concrete Pi_a: & Pmducta Co. Ine — ASTM C 76 _ Pines/NeW/D lj the Iron 33-11-10(1/8/13) • 331110 Due6klmn Pipe I Griffin Am Prochxt Co. I S.—Bmun Aem ell-Tite lwcbl.I—Prepe, Cl AWWA CM, C151 3"d-24" 331110 Ductile hoe Pjpp_ AmeriunDmtilelron Pine Co I Amwiun Fmbte Pia AWWA CISO,CI51 4",8"&10" • 33 - _ ._ Ductile Icon AJ�pe 2. U S. Pico and Faundny Co - _- - - -__— - - _— ___ _ AWWA CISO,C15t --- --� • 331110 ------ I Dutilelmn _ _ Mew —Can Iron Pine Co_ I AWWA CI50, C151 Note: All water w eesar pipe larger than 15'shall be appoved /or use by be Water Deperanere m Pr*etepgy80 b—. spatial beedinp may be -lured tar epee plpea. PrepereA 61152018 Pepe 1 aIEW +•F M ONE w San SEE aaalF NEW saw Cfry OF FORT WORTH WATER DEPARTMENTS STANDARD PRODUCTS LIST UPDATED 0615-2018 Approval Spec No. C7aateification Manufacturer Model No. National Spec Size PinesR).m/PVC(Pressur,l 33-11-12(4/l/13)- j 12MI l �� �j-�� +4 �Aeaame �Ipe Pi/{� fe Je strewn PVC Prtame Pipe AWWA C900 4" Ow 12" l Iw=14 I 33-11-12 DR-14 C P__ Npe - -- - - - Roy.l BuildmB Product, Revd Seat PVC Pressure Ape AWWA C900 4" Ouu 12" Pi/HOPE Pi Je Burstina/SliDlinin ) 33-31"23 1/8/13) - - „II " IPfre%pa _ em o�pa PhillicsDnscepim,Inc Aexm Inc 0_oscoreDucmePolyethyl-Am ASTM D1248 ASTM D 1248 8" I 8" 1Gqll /.� II(I ens pa I 1 PoII Pio�� Ire -- - McConnellAm Enhounrent ASTMD1218 ASTMD 1249 8" IEA plt-demrty not emmpa CSRFIA Co�dt II -Systems -- - PjrXhB 4ew/PVCa 33-31-?�Q(7/1/13) • I 3}31-20 PVC SewerA 3}31-20 PVC Beaver Grtdo-Teed Prcduen Cat Na ASIMD3034 ASTM D 3034, D 1794 4"thm 15" 4"&8" i • 33.31-00 FVC Sewer pa = I-M Mmuficimina Co., Ire. VE.0c) ASTMD3034 4"-15" 12/73/97• 33-31-20 PVC SewerP pe Diamond Auties hors SDR-26W SDR-35 ASTMF789,ASTMD3034 4: duu 15" I • 33-31-20 PVC Bever Are - - _ - Lmson Vvlan F� ASTM F 789 4" tlw IS' 33.31_- FVC Sewer A� BuildrlPw�Pm _ In Rovd Seel Solid Wall Am SDR 26 & 35 ASTM 3034 4" 8vu 15" j 01/1&18 3}31-20 PVC Sewer Ape 4ech PVL Pine P'es Grevi Sews "S" ASTM D3034 ASTM F 679 4"tluu l5" 18" .27 11/11/98 • 33-31.20 PVC Sewer A 33-31-20 PVC S_ re D a wnd Clm��non I-M Manutemrin G 1 (IMEagle) 0nv V plee ASTMF 679 18"-27" 09/11/12 33-31-20 PVC Sewer Pine Aoeh7fe net Stream SDW26adSD05 ASTM F-679 18" 05/06/05 33-31.20 PVC Solid Wall Pipe Diamond Phaties Comorehon PS 46 ASTM F679 18" to 48" 04/7/06 33-31.20 PVC Sewer Fi���^B8 Its- SDR-26 ad SDR-35 Gaaket Altman ASTMD-3034,D1784,em 4"-15" I 3}31.20 PVC Sewer Filtiogs Pluhe Tronde,I..c Gukckd PVCSewer Main Fdhryrs ASTM D 3034 11/17/99 EI00-2 Cl-d Aefile PVC Pipe D-nod Plastics Comorahon ASTM 18034 7% 18" to 48" 3/192018 333120 PVC Sewer Apf Pio�f. Jet Strewn SDR35 ASTM F679 IB"-24" I 3/19201/ 333120 PVC Sewer Am Amilib Jet 3tresm SDR 26 ASTM D3034 4"-15" Pipe;:/Ribbed Open Profile Larae Diameter 092691 E700-2 PVCS—Pim,Ribbed Iameon Vylon AJ Gdon V%� HC.CIaud Profile Ape, ASTMF679 18"m 48" 09/W91 E100-2 PVC Sense, P, bbed Extrudes Tmhmlgpa. Ultra-Ri60pan Profile Sewer Pia ASTMF679 18"m48" I1/10/10 E700-2 PVC SawarPi Ribbd (EIW-2) Polypmpylem Sewer Pjre, Double Wdl UoQt EI7 Company Tky ge SyeWro(ADS) S.alTrm HP Double WdI(aC gad) ASTMF 2736 24"-30" I1/10/10 (E7(62) lyq Rojo Triple Wall Ad"ncad Dm (ADS) SIo Tits BP Trifle W Itl Am AST" F 2764 30" m 60' 05/INI l Steel �vethvle Piro - - --Adven«d a ConTech Conelrmtlon Produrb Dimmza ASTM F 2562 24" Pioea/Rehab/CIPP 33-31-12 (01/18/13) • Cured in Agee P a Insimf Tcxark, Inc ASIM F 1216 O5/ON99 Curd in Place Ape NabOrol EnImuseh Groin Norno Liner, (SPL)Iem#27 ASTM���Dj813 0529/96 Curd in Pram Ate _ Revmlds hrlbinmr Techodgy (Itt- USA) /ntimr Tx 1 s; J S i�id I Pi lm 110398 Fold cad F«m Ate F. andFaro Pine Cullum A[[�� Svalemn, Instuf imhm pe Ineituf "NuPles' ASTMF-1504 120400 Fold and Faro Pipe \Ito. American Piff�Iee & i ce, lne. 1871, 1867 Dcmo. Purpose Only 06/09/03 Fold and FaroAyF Fold and Faro Pike UI aian Miller Apdim Grp Utralim PVCAtooyyPpanto a EX Meth6d ASTM F-1504, ASIMF-1504,F-1947 Up to 18"dioneW I I Pipe Enlarament System(Method)33-31-23(01118/13) PIM System ----- McComell Systems PBviC�ro�ration McIat Dorndrmtron ,PoI eth hem Polyye[h��em PIMC[,,AseataWay,NJ. Houston, Trews 1�Wr��dPravusaayy App-.P-inusly TRS S"tor '1'rerdhkae Replacement SyeWn Pofvethylene Glgany, Cando Appnwd Prenoesly P _Qmina �macers 33-05-24 (07/01/13) 1 10l/O4/@ Sted Gard C 'rS Spacers Ad"ncd Products and Systems, Ins. Ceft. steel Spa Model SI 1 02/%J93 SW Steel Cunry Spacer Advucsd Prducb and SyeWn, Ito. stainless Steel Spaoey Modal SSI 1 04rM87 Gaim Spacers Cawde Waterworks Manufacturing Casing Spann 1 M/14/70 stand -Steel Cuing Spacer nmhns Sod Insulator Sbideu StmI Guirgl Spacer Up to 48" <7>m 1 09/IM10 Coined Steel Casio Spann Apdim Swl Ludamr Coated Sted Cass. Spacers Up 48' <I>Q> 1 05/10/11 Standee Steel Casing ea Spe Powmsesl 4810 Po —hock Up to 48" <I>m I 03/19/18 Gung Sp— BWM SS-12 Curry{ Sncer(SWden Sorel) 03/IW18 Cuing Spacers BVIM F&]2 Casing Spur(Codd Carbon Steel) for Nonyreuure Pipe and Groaned Cuing CoatjnpS/Bogw 33-39-60 (01/08/13), 0=902 Lidgt System 1 Sauereiseo Ito SewerGad 21 ORS LA Gurrty #210-133 1 12/14/Ot �Lidu j ahem I Ertsh Tmhmcd Coatings P tmh 2m0 ad 2100 Same 04/14/05 _ tenoyyorDmhe .Am Cntina 1 indumn Aotscto401 ASTM&117 Dmtrle Iron Pipaady 01131/06 forum - -- Chealenon -- Arc791.SIHB.SI.S2 Acid Reaahnm Ten I Seaver APdicaOme 828/2006 eaun8e� on tom non - _ Wrtren11-viro—tat _ S-301 and M-301 _ 1 Sewer Applicatrma I I 1 L%9�n$s/Yol; ttrethane I 1 Combinabo it v. r . 1f WATER Pipes/33-31-70 (01108/13) AWWA C900, AWWA 0605. 01//208 33-11-12 PVCPneasure PiQQGe I _ View IT CAA ASTMD1784 4"-12" 1 3/192018 331112 PVC Preruie P11 l R t( '�ream DR14 AWWA C900 4%12" 1 3/192018 331112 PVC P--Pine _--- - 1--R�II'e to Sbeem -- - --- -- MI�t---- AWWA C900 --- - - 16"-24" • Ei-t l Combintim AiI'd— Val" GA Industries, Ito Empire Anr ad Vumm Vat", Mudd 935 ASTM A 126 0aes B, ASTMA 1' & 2" Crispin Au sod Vacuum V.]-, Model No A5, • EI-11 Combintion Au Rd —Vat" MdtiVex Manuf7,tc. A70&A20 1/2",1"&2" • EI-11 GmbnWien Air Release V.I. Valveed Armor Gm Ak0#l43C_iI45Cad M147C 1-,2-&3" P�j'/,{'J v `F-iJ�}��n aq/-tr�'Ctile Iron -Fjing8,_33-if-11101/08/131 072'i/92 El file Lon it8rea _ SW Are Products. Ito • EI-07 Dmele IronA rgo GntSn Pine Produ-,Co • EI-07 _ _ _ Duetilelmn Fir mewan%Tvler Pi`e/Udon Uelmee Dinnon_ 08/11/98 EI-07 Ductitlmn At(tga SInn.G 02W14 E7.07 MIFinJPg+ _ Accuses• 05/14/98 EI-07 Ductile Iron Joint Restraint- Ford Mctr Box GNni-Ftnge 05/1498 EI-24 _- PVCJoint Renoir _-- Fod Meter Box GNd-Fine 11/09/04 EI-07 Dudlelme Joint Resuaint On Butt, Ito j 02rMI2 33-I1-11 Ductile leon Piqq��Maehuecat Joint Reatratnt EBAA Iron, Inc. I 02t29/12 33-11-I1_ PVC Pine Mechutinl 7dntlieahatnt _ _ EBAAhpe. Ito. 1 011/05/04 El-07 Mechmcd 7ddRaWner Glada(PVC) _ __-- Siems.co 08DS/D4 EI-07 Meeiameal Joint Refiner Glada(PVC) SIYnn Co Mechanical Jmnt Fit" AWWAC153&CII0 Mxharkd Joint Fittings AWWAC 110 Mecladcal7dnt Fi SSB CIaea 350153,C 110,C 111 _ Mechardcal Jdd Fi' SSB Clw 351 I AWWAC153,CIIO,C112 = SO Cl. "J FF ttina I AW WA CI53 4%12" Ud 3arare )es 1400 AWWACIIIIC153 4`m36" UF 99F Sdes 1500 Cireh L-k T WA CI AW I I/CI53 4' W 24" <A> Zd-XRestrained Joint FitorB I AWWACIII/CI16/C153 4"to 12" Series I1-(f DI Ape) I AWWACIII/C116/C753 4"w42" B Series 2W0(fa PVC Ate) AWWACIII/CII6/C153 Van 24" ' pup Orn-Lek SLC4-BLCId AWWA CIII/CI53 4"to 10" SnpmeOroL&SLCE I AWWACIII/C153 12"to24" Note: All water or waxer pipe I&W Btan 15'shell be approved for lee by the Water Departrnera m projed epdk beat. Special bedding may be requred for across paps. Prepared (3/752018 Pape 2 w CITY OF FORT WORTH WATER DEPARTMENTS STANDARD PRODUCTS UST UPDATED: 06152018 sw A����al puee�No. Qasssification Manufacturer Model No. National Spec Size 0&lom �EI-07 MJFitfingKDIP) Sienna, Co. Sim.One-Lok SLDE AWWAC153 4'-24" Balidog System around Lek 21 & JM Ergb 1011210 EI.24 Interior R.trained Joint Syebm S& B Toehneid Product, 1-900) ASTMF-1624 4'. 12' 09/16/06 EI-07 Mech,nicd J-rdF is �( ) Mecherricd loim Fitti9� AWWAC153 4'w24" It/07/16 33-I1-11 Mechedcal Joint Re6iner Gland, I mol� ludo, Inoue PVCSMr¢rio Zoe 4Q60 ASTMA536AWWACIII 11/97/16 33.11.11 M.MaW Jam ReWuer Glerds I SMr Pine Pmdwts,Im DIPS Sena 3000 ASTMA536AWWACIII 03/19/19 33.11.11 Meeluded Jam Rattto Olends SIPineranmwe duslnee(S) FZ Grip Jdm R.ua (EZD) Black For DIP ASTMA536AWWACIII 3"49" 1 03/19/18 33•11.11 MaclMmed Jam Rd. ner Glad, SIP Induetsim(SermWwe) EZGrip Joint Itsifixint4�RD) Red for C900 ASTMA536AWWACIII 4"-12" DR11 I 0Y1.1. 3}1141 Mxhanicd Jwm Reterrcr Gluda SIP[EZ Gripkim Restraint(FM) Red for C900 ASTMA536AVIWACIII 16%24" DR18 PVC Pi. I _ I -S.AND _gAASKETS33-11-05(01/08/131_ -- - - ---- _ -- Pinee/ValVell slResilimt Sewed Gate Valve" I --(i_12_I(p;413/1 LI GaKlvew/Got. A Coohol --Sarin 25MDrawint p 94-20247 16"Redad 1213 02 R.Miem W e Gab Valve Atueriean Flow Comm) I Sarin 2530 and Seri. 2536 AW WA C515 30' and 36" 0871/99 - Rmilieo Wedge Gab Valve American Flow Control Sarin 2520&2524(SD 94-20255) AWWA C515 20'.024" 05/19,99 R.iliem W/�p�` Ga a Valve Amer can Flow Control '"r I eaa- - ooSAWWA C5515 16" Idawoo E146 RdliemWGeVdveArnemenFlwCmml WC55 4"b 2" 42s48"A AWWAC15 2"ad48"08A04 Resilient WdeGateVvAmercan Flow Cntrol w �I -.- 05/73/91 fit-26 ReriliemW pe Gate Vdve Amenoan AVK Comoeny Ameican AVK Realr.t Sedd GV AWWA C509 4"w12' 1 01/2A/02 El pn et .ale},:- American AVK Campary I 20"ad anedler ' El•26_ call ate Vdve - - Ke1v 4"-12" • EI.26 I=N Gab Valy<------ - - k(&H - - - 4". 12" EI.26 Redliem Seatd Gate Valve Mueller Co. 4" -12" I I/C:m Redliem eW,GbVdve _MwII,r Co Sah..A2361�SD664n AWWACS15 16" wSnAI24C.517�) 05/13/05 RlimW _eGVdvMueller Co. Mueller 5 AWWA C515 ad 36' OIeVve 3& AWAC42'ad 46"/31/06 RedliMwiaCo li 25 5a OlrAm EI.26 P. icm 11/2•9/04 eJE- Vdvee Clow Valve Ca. kal _ AWWA C509 101ovw ianVdAWWA C514' 16' 11A89EI-26 RRedmVdClClw VwdCwo. AWWAC15 Nam 2"e la 1ResilimV.N. ClwVdvCw Clw30"&iG515 AWWA C55 30'and 36"(Na4e 3) 11GW12 Rel intVdve ClwVdvCa. Clow Viol. Maid 26A AWWAC515 24' l0 48- (Note 3) 05A I EI.26 Cei iad 6. OVdve Stockhaor V.I-&Fi I^�'AC5oe.4a4AAS7atl 4 12" UEI.26 Rcali.t Stated Gab Valve EddwMxevva120.m.a sPx74 1't 16' 10/26/16 33.12.2Rmili.t Sealed Gate Valve EJ od _ _ e_JFbwMwuOab_Vdw&Bose. Fjo8a.fy_q.,t Fitting Ott` s/Rubba eated Butterfly VaIV a 33_]2.21 (07/10/14` - • 81.3Rubber Sealed Butterfly ��ve _-_ AWWA C-504 24" AEI.30 Rubber Soared Hunev Valveler Co. I I AWWA G504 24"ad auto let 111;/99 EI.30 Rubber Seated Buttertly Valve Deaunk Valve. Co I AWWA C-504 24' and lacer 06/12103 E20 V.- A.9v Valve ytatic valve and Manufactu incam. Valrom lve AWWA C-504 Up w ga" diaec 8.s ea04/06/07 30 bber Vve M&H V.I. AWWA C-504 24" to 48" ON19113 331221 Rubber Seated Butterfly Valve G. A. Ind.ttr. (Golden Anderem) AWWA C504 Butterfly Valve AWWA C-504 te 30"-54" � I S-em�olin-¢--Sty nn I 3/1296 Wae Sartolf.stafi. W.WPI. B20 Water Samoline Station 1 1 Bartel Fire Hvdrpujs 33-12-40 (01/15/14 IW E•1.12 1 I American -De Valve Dr1_ 9018608, 94-I8560 AWWA G502 I j re I Amaicar DelSY Vdve pI1H a{No. �Q¢"18791 AWWA C-502 I 03G ! [1-'l int 1 Clow�rr -- - ti'hoo�No.ii19095 AWWA G502 1 01/12/93 1-�1j - F.. Arrmcan 2700 AW WA C-502 I O8?AI88 1.12 lbrttl Fire 1 Clow q8 Ors j D20436, B20506 I AWWA G502 I I.12 Berm Firc rant �_ _ IT7I�yhlveDell7RiFW I AWWA GSM 1 092NB7 U1.12 I Bs`JFue rant M&H perm I mNa. 13476- ---I AWWA G502 III 110 14 87 E 1-12 D He el Fire Hvdnnt Mueller Comeary 42 Centurion �1 AWWA C-502 Shop Dnvdng FH-12 01/15/88 EI-12 Hertel FircH t M.IIer Camp AA23 SumCenhuion 200 AWWA C.. 1 10/09/87 B.rrcl J t U.S. Pia & Fo ry S No. 960250 AWWA C-502 0911N$$// Fj11•�(q�j t. (1af t Watemlla Cp��o�0y Sh p8ff,� .SK740803 AWWA C-502 0&1'L(6 Ji12.40 uylienel l%irc vnot PJ (Fad brdan lroriWwks) I Mader 5CD25o I A aztx ADDIut ances 33-12-11)(07101/13) I 51/18/18 33.12-10 Double Sin Saddle -- --�� Remac _ I 202NSNf� Coated I AWWA C800 I"-2"SVC, up b24'Pipe 0&28101 p at�pRa la - - Smith Blair I X317 Nlgn Ce.te9 Dou IeS S 1 1 07/23/12 33.12.10 M $[� Yervi. Saddle Muellm Can DR6 Double SS 5 f)(S.dNe a AWWA COW I 1"-2"SVC. wow 24"Pipe 1Q27//py� i sto�lp�I _a''� Meter Y-:. �-,r,5a"}gy ral - If I� ¢Ij�ry�`j1}F,, IOMT - -- " ad 1^ 1Ql'Y7/87 Curb Stove-BdI Mao Vdvm eM Tlrns 146039. f5M 11Y1M. b1(aTMaM 6101M 1'i: ud 2" 012N00 C.bd Ta S.M. with Double SS St.. KM Id.tnes. tc. p406Ibu a $S Saddle -- - - - 1'-2' Ty�gl yj to 12` 015/21112 33.12-25 T.on��5� Caned Btedt fC`h(�tgrr.iris, Inc 0 Sleeve EIS AWWA Gam- [)o w 3lN' w/12" Out OS/10/11 I.gI Ta 'fit I-rinle.Steal) Poxen.l 34SVA ( jl&3490MJ 4"-8"ed 16" /12 j3//gjj-I1Iy�'7jjj (�� 1 te.1 Rom¢ 240 - - - - AW��/J�/jp,A G2]/ U to 42" w24' OW /12 33-IZ2-§ �� ' peveJBTLNed Steel) Rom.c eaa Ske � AW WA C� w 24" w/12" Qrt 8 eery (Sad'den S ) Routs 'deaf S A A e 3 w 30" w/12- QII 05/10/11 1j CI - - - - - - Povmmed -- 2 'nl - - --- 4'.30" �l5a.ti 'ic Lid UFW pl,au.Irc.._ '-21EPA FW {{{5Lid D Haea'. Inc. '�IEPAF F4 1i Lid DFW Plastic. im. % I4-iEp/.A- ��� y Claa A" ��yy B��ejja!l & jHjb{.kyyva i I-�LB11122'11118 LII19 Corarcte Meb/FSox 5•I165 527 L769 1 p,I,,�'yia,+ - 1-10 (Ol/08/131 �u�E��)[•1. ,Fq�q�/y/rr Fle,aol Pecksp'p¢ _ Fwd E ss AWWACI05 8rdl LLD I lil•13 Ibv i 1a - - ----M°wWn Sialm Pte.ti. and AEPJnd. Alj'Vj'AICO 8-1 LLD v-re ---- ------ - AEP Industries Bullsamnd -(.o---- It&Oaaka I A AC03 final LLD Not: An welar «enamor plpe IWW man 15'NWI be ttpprwed M toe by filer Water DW.Orneni m Proiamepedk bees. Spedal betidlrl0 may be repind for a.rlel ppers. Prepared 6115=18 Pepe 3 CITY OF " FORT WORTH WATER DEPARTMENT'S UPDATED! 06-15-2018 STANDARD PRODUCTS LIST Approval SNo. Classification I Manufacturer Model No. National Spec I Size I�ptsS E701-5 I _AIn�( �� I .___ M._' (XMI ve V'et 3,4•116• ICI1 WWI/(b M eVMe�Oeal Turbine al AWW I IJOTFS • <I> From 'Biro) Standard Produets List ___ Grtier I.D. I __ I m 4> Above Pprvoed on�"�y pv Saae buffs np-in • I - - 1 W b36^Hodevm Protlu� A b 36 c9os we Pioe ie one eomoved no m at," 1--prNwnt's',aududPr wt. Lrrt hm ban developp.M mi.—tlie. Lm-flel revt m-Wp-m-ducb wtuch meetth FoutWoM Water Uep—t-e BtWud Specrtiationeaunng utility corobachon prgacb. wnen lac 1 Spa4ficuioro forspecifiepmdtleb, a a included u padoftheC n0—fi nConbsat Docuncnb, dic.quianeubafBe Technical Spmfimfi—All overri&tWort WoMWaWDeprtrrcrd's Standard SpaiScatiau.nd the FortWoM Water Rpvhrard'e 1-1--ni, Stud Andmrs Listand approvalofthespecific pmducbrill W bead on the regui—boftbc Technical Spaificiiii tvlcd—rottheepei6opmdatmeet,the Fort Worth Wales Depwnem'aStudard Sp-li—.roorisestheFonWodhW.- er DepMrmd'eStendWP dtnb Lid. S NoW AD water a ilm— pipe larger drort 1S WM be apPwed for tee by 8a Water D%Mrbnem m Rgea specl k belie. SpedW Wd'arq may be required br sane pipes. Prepared N15=18 Pape 4