Loading...
HomeMy WebLinkAboutContract 62907-PM1CSC No. 62907-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water and Sewer Improvements to Serve A-1 Homes City Project No. 106074, IPRC24-0236 FID No.: 30114-0200431-106074-EO7684 X No: X-28467 Matty Parker Mayor Christopher P. Harder, P.E. Water Director Prepared for The City of Fort Worth December 2024 Urban Structures, LLC 6965 22°`' Place Lubbock, TX 79407 214-236-8561 TBPE F-13165 David Cooke City Manager E OF iCHAELG�.PAcKRYJ 64387 /as 0 /serf,. ^oMAL 1/2/25 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 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 00 0010-1 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS Pagel of7 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 091113 -'i\1ta*x3f1 to Biddeffi 09 21 13 lkm,rrustiens to Bidders 00-4-1-09 00 42 43 Proposal Form Unit Price 00-43 13 09-4 5 11 D ' 00 45 12 Prequalification Statement 08-4 5 1? 00 45 26 Contractor Compliance with Workers' Compensation Law 09-45-49 MioeF45, Business EpAefpr-isp Goal 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond 09-�9J 09- 9J E urr').. 0073 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division 01- General Requirements 01 1100 Summary of Work 31 19 Preconstruction Meeting (0�1 (/�� F/Y—'T2J Pr, •e t T_/i....tingi 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 91 5_P 13 T„ 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 106074 Revised September 1, 2015 00 00 10- 2 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 7 1 Project; hard copies are included in the Project's Contract Documents 2 3 None 4 5 Technical Specifications listed below are included for this Project by reference and can be 6 viewed/downloaded from the City's Buzzsaw site at: 7 8 htDs://DroiectDoint.buzzsaw.com/client/fortworthL_ ov/Resources/02%20- 9 %20Construction%2ODocuments/Specifications 10 11 12 Division 02 - Existing Conditions 13 0241 13 Selective Site Demolition 14 0241 14 Utility Removal/Abandonment 15 0241 15 Paving Removal 16 17 Division 03 - Concrete 18 03 30 00 Cast -In -Place Concrete 19 03 34 13 Controlled Low Strength Material (CLSM) 20 03 34 16 Concrete Base Material for Trench Repair 21 03 80 00 Modifications to Existing Concrete Structures 22 23 Division 26 - Electrical 25 26-05 19 D,,.. elitie for- Elee r-ie t Systems 27 26-053 Ut�zdafgf-�,md DuA; and lac 28 29 Division 31- Earthwork 30 31 1000 Site Clearing 31 3123 16 Unclassified Excavation 32 31 23 23 Borrow 33 34 344"9 Exi� lx�i s 35 31 25 00 Erosion and Sediment Control 36 344"9 Gabiens 37 3137 9 Lipmp 38 39 Division 32 - Exterior Improvements 40 3201 17 Permanent Asphalt Paving Repair 41 3201 18 Temporary Asphalt Paving Repair 42 43 32 1112, Fl2xible Base (`..,,, 44 32 1129 Lime Treated Base Courses 45 3-2 11 ti r,,,. efA T, eat a Base Go 46 32 1216 Asphalt Paving 47 34 L73 Azlmlt Bw in� ! 4-aek Sea4 fft 48 -3-2 13 13 49 324-3-20 50 3�3—;Z3 Cone -ete P ,injoint Sealants CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 106074 Revised September 1, 2015 00 00 10- 3 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS 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 Page 3 of 7 32 1446 mod, Unit TI A"'9 3_�6 13 Cleff efete-C-apb and Gt4te s az `Ialla�, Gutter-s 3? '12 Bzie, ors >\a ,, ;r .s 33 3-1. 13 CIS m T hrh Feiiees r,, Gaa e �'�c 27�r 'T` _.t arzd F. 32 92 13 Hydro -Mulching, Seeding, and Sodding 3-293 3 'T'reea and grabs Division 33 - Utilities 3J4449 Eowe,-and Manhole Testing 33-91 33--0349 Bo pTwz Pu Vn, Sewer- c. ste 33--044J J 33 0 11 r,.,...,.sief GefA e Test stat eos 33-012 lta..gnesitff mode r...i., die n-eteefie Systeri. 33--04-3J T„mpe -afy Watef: Sei= ee 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 33-95 12 Water- Line Lowering 33-95 13 F , 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05- i 6 r,.fi re-r-e4 AA'Latefr- v. l ffil t . 33-05-29 Auger- Berg 33-95 21 Tunnel Liner- pla4e 44-05-2-2 rk.ael 33-J51? tland Rmfieling 33-05 2 Ims 33 05 26 Utility Markers/Locators 3340549 z7fp!a-..r,.,-., >~'x,....,. tie Fcc z'7I1z,*j 1g U444ies 33-1449 Dustile Ifen Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 31 11 13 Cone -et > e�;po Bar- �x�r ....n ., ��e Steel rl; Type 33-i i i D 3L 11 lc nre s. osso a r r ,o+o r .,,;rao, n;..o 33 1210 Water Services 1-inch to 2-inch 33 11 L 3343-29 Rasil epA Seated !`_ate VaWe 12 21 VA3, 7A Rubber- Seated Buffer -fly V..lw 33 1225 Connection to Existing Water Mains 3342 29 GcmNmt an A;,- VaWe Assemblies f f Potable Water- Systems 33-4-249 Drry 43-4"L-5J `]'-ata Ea- ire Stations 33-42-69 33 ✓ 12 ti 31 13 - Eanitzer} s CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 106074 Revised September 1, 2015 00 00 10- 4 PROJECT RECORD DOCUMENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 7 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 3✓ 31i 15 LD"E e, Eamitw 33-3429 I' E"1-VAta'3"SeWer- Pipe Z ] 21 DOI Chle,-ide (PVC) Closed Eanilarf Ezwer- Pipe 229-34--23 EaAlta--)-tea UiT Li'rrff.g 33-3423 EaAita--g 3J-34-49 Eanilary Eowe - Sef.viee Gei+neetiers and SeF. ,iee Li o 333-3i 79 ClcmNmt7a Air- - V ve F- Eanllar`y Eowe - Fo -ee Tsai,, 33 39 29 Preeast Gone -ete Manholes 33-39 39 Fibeftlass 33-39-49 4' 33-39-69 Epa�Rio, Eaniiarf E2we - Stme,uFe 33-4111 RDPE 33-46-09 Fidb drainage 33-46-91 U.34ed S!Zi Dmifts 44 -4v 02i Tr --+ia1 D11. ifts J4449 Cwt. In blase Manholes and T,inet;..,-, B&ies 334-9-29 (''tffb and limp h lets 33-49-49 Fkorrn D��rra Division 34 - Transportation 34-4449 TxffleSigiials 34 41 13 Removin T-r-a ffie Signals 34-41-29 A,.seffiblies 34-41-39 AhmiW-,M1 Eiger 3471 13 Traffic Control Appendix [Include appropriate Sections below. Strike-thru if not used.] GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC 4.06 L%zardcuz Ex -riff r ent l Condition . + Si4e GC-6.06.1) Minority and Women Owned Business Enterprise Compliance Warms GC-6.09 Permits and Utilities C7G 62 �131r2E S1�"�ld"LYIL. i GR-01 60 00 Product Requirements Water Department Approved Product List 43 END OF SECTION CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 106074 Revised September 1, 2015 1 2 3 4 5 00 42 43 DAP - BID Proposal Page 1 of 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) Description I Specification Unit of I Bid Unit Price Bid Value No. Section No. JMeasure Quantity 1 UNIT I: WATER 0170.0102 Work Order Mobilization IMPROVEME 01 70 00 EA $2,500.00 $2,500.00 2 3201.01214' Wide Asphalt Pvmt Repair, 3201 17 LF J $300.00 $12,000.00 3 3305.0109 Trench Safety 3305 10 LF 4C $100.00 $4,000.00 4 3311.0001 Ductile Iron Water Fittings w/ 33 11 11 TON 0.5= $4500.00 $2,250.00 33 11 10, LF 1` $925.00 $13,875.00 5 3311.0141 6" Water Pipe 33 11 12 33 11 10, LF 2` $1,000.00 $25,000.00 6 3311.0144 6" Water Pipe, CLSM Backfill 33 11 12 7 3312.2003 1" Water Service 33 1210 EA 1 $800.00 $800.00 g 3312.0117 Connection to Ex 4"-12" Water 33 1225 EA 1 $500.00 $500.00 9 3312.3002 6" Gate Valve 33 1220 EA 1 $2,500.00 $2,500.00 10 3292.0101 Utility Service Surface Rest. 32 92 12 SY 2C $50.00 $1,000.00 11 11 13 14 1J 16 1/ 18 19 LU 21 LL L3 24 LJ Lb L/ L� Ly 3U 31 3L 33 34 35 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 TOTA- UNIT I: WATEI? IMPROVEMENTS $64,425.00 00 42 43 Bid Proposal— DAP.docx 1 2 3 4 5 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 DAP - BID Proposal Page 2 of 1 Bidder's Application Project Item Information Bidders Proposal Bidlist Item I I Specification Unit of I Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I: SEWER IMPROVEMEIJ $ 1 4" 2 Way Cleanout 3331.3102 EA 1 750 $750.00 2 4" Sewer Service 3331.3101 EA 1 1500 $1500.00 3 4 5 10 11 11 13 14 15 16 1/ 16 19 1U 11 11 23 14 1J 16 1/ 16 29 3U 31 32 33 34 3J CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 TOTA- UNIT 2: SEWER IMPROJEMENTS $2,250.00 00 42 43 Bid Proposal — DAP.docx 1 2 3 11 UNIT PRICE BID Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Iron Armadillo DBA Patriot Pipeline 128 E Main St Whitesboro, Tx 76273 00 42 43 DAP - BID Proposal Page 3 of 1 Bidder's Application Total Construction Bid BY: Hunter Goodman TITLE: President' DATE: 1/20/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within 30 working days after the date when the CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 END OF SECTION $64,425.00 $2,250.00 $66,675.00 00 42 43 Bid Proposal — DAP.docx 0045 12 Page 1 of 1 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 "Major Work TWe" box Drovide the complete maior work type and actual descrin_ tion as Drovided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water & Wastewater New Fort Worth Civil Constructors 4/30/2026 Development Open Cut The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Patriot Pipeline 700 W. Main St Gunter, TX 75058 BY: Hunter Goodman TITLE: President DATE: 4/30/2025 END OF SECTION (Signature) CITY OF FORT WORTH Al Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Proj. 106074 Revised March 20, 2020 FORTWORTH. RECEIVED MP09 2025 April 28, 2025 Mr Austin Alumbaugh Fort Worth Civil Constructors, LLC P O Box 164513 Fort Worth, TX 76161 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Alumbaugh: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit $52,791,220.00 has been established for your organization based on the financial data submitted. Your firm is prequalified to perform the following work: -- Wastewater Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Water Mains (16" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods -- Facility work in Lift Stations -- Miscellaneous work restricted to Bypass Pumping of Sanitary Sewer projects 24-inches and smaller The prequalification and bid limit established above will remain current through 4/30/2026 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392- 6055. Yours very truly, J MAIL TO: John Kasavich, P.E. J I Fort Worth Water Department l Engineering & Regulatory Services r Chris Harder, P.E. 200 Texas Street Water Director Fort Worth, TX 76102 Fort Worth WATER DEPARTMENT Ailnwicamy CAPITAL DELIVERY THE CITY OF FORT WORTH * 100 For[ worn] Trail * FORT' WORTH, TEXAS 76102 817-392-8362 *FAX 817-392-8195 1964.1993 •2011 Printed on recycled paper of 7839. 1 PROJECT DOCLNtENfS Page t of t SECTION 00 45 26 CONTRACTOR COMPLIANCE W1TH WOR.KEWS COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compcnsation insurance coverage for all of its employees employed on City Project No 106074. Contractor fuuther certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates ofcompliance NNith worker's compcnsatian coverage. CONTRACTOR, Patriot Pipeline_ Company 126 E Main St, V itesboro, TX 76273 Address City/State/Zip THE STATE OF 'TEXAS � COUNTY OF TARRANT Hunter Goodman - -- (Please Print) Sipaturc: Title'. President (Please Print) BEFORE ME, Ae undersigned authority, on this day personally appeared } r� - lmo4�'n to me to be the person whose name is subscribed to �o gain ent, and acknowledged to me that he/she cxccutccl the same as the act and deed of { for the purposes and consideration therein expressed and in the capacity therein state GIYEN UNDER MY HAND AND SEAL OF OFFICE this day of �'.. LEIGHANN 5KIPWORTH Notary l in and for the ate of Texas r Notary IP M128254215 My Ccermission Expires April 10, 2028 END OF SECTION A -I Homes CFrY OF FORT WORTH 106074 S'FA,14DARD C0NS'1R CfJO\, SFECIFICATION DOCUMENTS Revised April 2, gala 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 1/20/2025 is made by and between the Developer, 5 DJK me. , authorized to do business in Texas ("Developer"), and 6 Iron Armadillo Underground DBA Patriot Pipeline , authorized to do business in 7 Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 12 identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is generally 15 described as follows: 16 A-1 Homes 17 City Protect Number 106074 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are 21 of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 30 working days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.04 of the Standard City Conditions of 25 the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer 28 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 29 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the 30 Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, 31 expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the 32 Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof 33 , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer One Hundred Dollars ($100.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 2, 2014 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Sixty Six Thousand Six Hundred Seventy Five Dollars 39 (Ok 66,675.00 ) 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and Contractor 43 concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer Awarded 58 Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 61 attached, as incorporated by reference and described in the Table of Contents of the Project's 62 Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the Agreement 67 and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 2, 2014 005243-3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, 76 the city, its officers, servants and employees, from and against any and all claims arising out of, 77 or alleged to arise out of, the work and services to be performed by the contractor, its officers, 78 agents, employees, subcontractors, licenses or invitees under this contract. This indemnification 79 provision is specifically intended to overate and be effective even if it is alleged or proven that 80 all or some of the damages being sought were caused, in whole or in part, by anv act, omission 81 or negligence of the citv. This indemnity provision is intended to include, without limitation, 82 indemnity for costs, expenses and legal fees incurred by the city in defending against such claims 83 and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, 86 its officers, servants and employees, from and against any and all loss, damage or destruction 87 of property of the city, arising out of, or alleged to arise out of, the work and services to be 88 performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees 89 under this contract. This indemnification provision is specifically intended to operate and be 90 effective even if it is alleged or proven that all or some of the damages being sought were caused,, 91 in whole or in part, by anv act, omission or ne li ence of the citv. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the 96 Construction Contract for Developer Awarded Projects. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 99 without the advanced express written consent of the Developer. 100 7.3 Successors and Assigns. 101 Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives 102 to the other parry hereto, in respect to all covenants, agreements and obligations contained in the 103 Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 106 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 107 continue to be valid and binding upon DEVELOPER and CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue 110 shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, 111 Fort Worth Division. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 2, 2014 112 113 114 115 116 117 118 119 120 121 122 123 00 52 43 - 4 Developer Awarded Project Agnxffmrt Page 4 of 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: Patriot Pipeline Bv: //uxtat. (Sature) Hunter Goodman (Printed Name) Developer: DJ K, inc.. Bv: (Signature) Ed Lasater (Printed Name) _jjtjc- President Title: Ass! stant Secrairy Company Name: Patriot Pipeline Company name: DJK Inc Address: 198 E Main St. Whitesboro. TX 76273 Address: 700 North GrantAve Suite 600 Citv/State/Zip: City/State/Zip: Odessa, TX 79761 112012025 1 /20/2025 Date Date CITY OF FORT WORTH STANDARDCONSTRUCTKiN SPECIFICATION DOCUMENTS— DEVELOPER kWARDED PROMMS Revised April 2, 2014 A-1 Homes 106074 Bond No. HICSW-A221-0154 0061 25 - 1 PROJECT RECORD DOCUMENTS Page I of 3 ] 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, Iron Armadillo Underground, LLC dba Patriot Pipeline known as 8 "Principal" herein and Hudson 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, DJK Inc. 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, Sixty Six Thousand Six Hundred Seventy -Five & 00/100 13 Dollars ($ 66,675,00 ), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 15 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly 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 Agreement, 19 CFA Number 1PRC 24.0236 and City Project 106074 and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 1 st day of January , 2021 , which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 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 A-1 Homes 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 26 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 27 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 A -I Homes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS i06074 Revised January 31, 2012 0061 25 - 2 PROJECT RECORD DOCUMENTS Page 2 of 3 1 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 5 6 7 8 9 T 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 4th day of February 2025 ATTEST: (Principal) Secretary ytTm lWi.e*to, Principal Witness as to Surety Conn Kregel PRINCIPAL: Iron Armadillo Underground, LLC dba Patriot Pipeline BY: ig ture C'MM 14 ( Wn%4,� �• is t! Name and Title Address: 128 E Main Street Whitesboro, TX 76273 SURETY: Hudson Insurance Companv 7-,�R4,- BY: i nat�e Jeffrey Todd McIntosh, Attorney -in -Fact Name and Title Address:100 William Street, 5th Floor 5th Floor New York, NY 10038 Telephone Number: (212) 978-2800 *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 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised January 31. 2012 A-1 Homes 106074 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Bond No. HICSW-A221-0154 0061 25 - 1 PROJECT RECORD DOCUMENTS Pagt 1 of 2 SECTION 00 62 14 PAYMENT BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we, Iron Armadillo Underground. LLC dba Patriot Pipeline known as "Principal" herein, and Hudson Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, DJK. Inc. authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Sixty Six Thousand Six Hundred Seventy -Five & 001100 Dollars ($ 66,675.00 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 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 Agreement, 20 CFA Number 1PRC 24.0236 and City Project 106074 and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 22 the 1st day of January , 2021 , which Contract is hereby referred to 23 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 A-1 homes. 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 A -I Homrs STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106074 Revised January 31, 2012 006125-2 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 4th day of 6 February 2025 FA 8 9 10 11 12 13 14 ATTEST: (Principal) Secretary Witness 4 to Principal ATTEST: See Power of Attorney (Surety) Secretary Witness as to Surety Connie Kregel PRINCIPAL: Iron Armadillo Underground, LLC dba Patriot Pipeline BY: Signatur l' car Name and Title Address: 128 E Main Street Whitesboro, TX 76273 SURETY: Hudson Insurance Company BY - Si ` rree W Jeffrey Todd McIntosh. Attorney -in -Fact Name and Title Address: 100 William Street 5th Floor New York, NY 10038 Telephone Number: (212) 978-2800 Note: If signed by an officer ofthe Surety, there must be on file a certified extract from the bylaws 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. END OF SECTION CITY OF FORT WORTH A-1 Homes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106074 Revised January 31, 2012 I 2 3 4 5 6 7 r' Bond no. HICSW-A221-0154 SECTION 00 62 19 MAINTENANCE BOND 0061 25- 1 PROJECT RECORD DOCUMENTS Page I of 3 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Iron Armadillo Underground, LLC dba Patriot Pipeline known as "Principal" herein and Hudson Insurance Company , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 1 1 "Surety" herein (whether one or more), are held and firmly bound unto the Developer D,IK, Inc., 12 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 13 corporation ("City"), in the Sum of Sixty Six Thousand Six Hundred Seventy -Five & 001100 Dollars 14 ($66,675.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 17 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 Agreement, 21 CFA Number IPRC 24.0236 and City Project 106074; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 1 St day of January , 2021 , 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 A-1 Homes, and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH A -I domes STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 106074 Revised January 31, 2012 1 2 3 4 S 6 7 8 9 la 11 12 13 14 15 15 17 18 19 24 21 22 23 0061 25 - 2 PROJECT RECORD DOCUMENTS Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 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 shalt 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 A -I Homes 106074 00 61 25 - 3 PROJECT RECORD DOCUMENTS Page 3 aF 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 4th ,day of 3 February , 2025 . 4 5 6 7 8 9 1a 11 12 13 14 IS 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) Secretary fitness a to Principal ATTEST: See Power of Attorney (Surety) Secretary 1,p.. Kho d) Witness as to Surety Con ' Kregel PRINCIPAL: Iron Armadillo Underground, LLC dba Patriot Pipeline BY. Si Lure 6aVAAA1 -rxw, ame and Title Address: 128 E Main Street WhiteBborn TX 7B273 SURETY: Hudson Insurance Company BY - re 7e�a7 Jeffrey Todd McIntosh, Attorney-in-Fac-t Name and Title Address: 100 William Street Stth�Fin r New York. NY 10038 Telephone Number: (212) 978-2800 *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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revissd January 31.2012 A-1 Homes 1OW74 N HUDSON IN%U ANC! GROtkP POWER OF ATTORNEY HICSW-A221-0154 KNOW ALL MEN 13Y THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint Jeffrey Todd McIntosh, Connie Jean Kregel of the State of Texas its true and lawful Attorney(s)-in-Fact, at New York, New York, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided however, that no single bond or undertaking shall obligate said Company for any portion of the penal sum thereof in excess of the sum of Twenty Five Million Dollars ($25,000,000,00). Such bonds and undertakings when duly executed by said Attomey(s)-in-Fact, shall be binding upon said Company as fully and to the same extent as if signed by the President of said Company under its corporate seal attested by its Secretary, In Witness Whereof, HUDSON INSURANCE COMPANY has caused these presents to be of its Senior Vice President thereunto duly �++^ thorized, on this 15th day of November , 20 24 at New York, New York. ,A.�ey wYf•, �� ��' S�•. C rate seal Attest.........." ?!.... Dina Daskalakis No. OIMU6067553 Corporate Secretary STATE OF NEW YORK COUNTY OF NEW YORK, SS. HUDSON INSURANCE COMPANY r - By...................................................... _. Andrew A. Dickson Senior Vice President On the 15th day of November, 20 24 before me personally tame Andrew A. Dickson to me known, who being by me duly swom did depose and say that he is a Senior Vice President of HUDSON INSURANCE COMPANY, the corporation described herein and which cxcc:utcd the above instrument, that he knows the seal of said Corporation, that the seal affixed to said instrument is such corporate seal, that it was so affixed byprder of the Board of Directors of said Corporation, and that he signed his name thereto by like order. M. n ... ................... _... .... (Notarial Seal) a to �• �'591'1. ANN M. MURfFfY� NOrgR� �= Notary Public, State of New York = No. O I MU6067553 =0 G911G : Qualified in Nassau County f f Commission Expires December 10, 2025 4T %op NEYY `lU,e ,.a CERTIFICATION STATE OF NEW YORK COUNTY OF NEW YORK SS. C The undersigned Dina Daskalakis hereby certifies: That the original resolution, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27'", 2007, and has not since been revoked, amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys -in -fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attomeys-in-fact, to execute and deliver, under this Company's seal or otherwise, bonds obligations, and recognizances, whether made by this Company as surely thereon or otherwise, indemnity contracts, contracts and certificates. and any and all other contracts and undertakings made in the course of this Company`s surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made: and FURTHER RF.SOVLFD, that the signature of any such Officer of the Company and the Company's seal may be affixed by facsirnile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter, heing hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." THAT the above and foregoing is a fill, true and correct copy of Power of Attorney issued by said Company, and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked, and furtthjemtore that the Resolution of the Board of Directors, set forth in the said Power afAtta ei5 now in force. 41 ! 1� d La f j!�{ to 2015 Witness the hand of the undersigned and the seal of said Corporation this _ ay of (Corporate seal) -J �G By ............� ..........5_.!.'........................... Dina DaskalaIds, Corporate Secretary 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your Agent at (972) 381-4270 3. You may call Hudson Insurance Company's toll - free telephone number for information or to make a complaint at: 1-800-388-3647 4. You may also write to Hudson Insurance Company at: 100 William Street, 5111 Floor New York, NY 10038 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6. You may write the Texas Department of Insurance- P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httn://www.tdi.state.tx.us E-mail: Cons umerProtection0tdi. state.tx. us 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener information o para someter una queja: Puede comunicarse con su (title) al (telephone number). Usted puede liamar al numero de telefono gratis de Hudson Insurance Company's para informacion o para someter una queja al: 1-800-388-3647 Usted tambien puede escribir a Hudson Insurance Company al: 100 William Street, 511 Floor New York, NY 10038 Puede Comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Fax. (512) 475-1771 Web: hftn://www.tdi.state.tx.us E-mail: ConsumerProtectionna tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condition del documento adjunto. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.1 Defined Terms..........................................................................................................................1 1.2 Terminology.............................................................................................................................5 Article 2 — Preliminary Matters 6 2.1 Before Starting Construction.....................................................................................................6 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 Article 4 — Bonds and Insurance 7 4.1 Licensed Sureties and Insurers...................................................................................................7 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..............................................................................................................21 5.15 Hazard Communication Programs...........................................................................................22 5.16 Submittals...............................................................................................................................22 5.17 Contractor's General Warranty and Guarantee.........................................................................23 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 5.18 Indemnification.......................................................................................................................24 5.19 Delegation of Professional Design Services............................................................................ 24 5.20 Right to Audit......................................................................................................................... 25 5.21 Nondiscrimination..................................................................................................................25 Article 6 - Other Work at the Site............................................................................................................... 26 6.01 Related Work at Site................................................................................................................26 Article 7 - City's Responsibilities.............................................................................................................. 26 7.1 Inspections, Tests, and Approvals........................................................................................... 26 7.2 Limitations on City's Responsibilities..................................................................................... 26 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...................................................................................................... 27 8.4 Determinations for Work Performed....................................................................................... 28 Article 9 - 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....................................................................................................... 28 10.3 Delays.....................................................................................................................................28 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 of Defective Work.............................................................................. 30 11.7 Correction Period................................................................................................................... 30 11.8 City May Correct Defective Work.......................................................................................... 31 Article12 - Completion............................................................................................................................. 32 12.1 Contractor's Warranty of Title................................................................................................ 32 12.2 Partial Utilization................................................................................................................... 32 12.3 Final Inspection.......................................................................................................................32 12.4 Final Acceptance.................................................................................................................... 33 Article 13 - Suspension of Work................................................................................................................ 33 13.01 City May Suspend Work..........................................................................................................33 Article14-Miscellaneous ......................................................................................................................... 34 14.1 Giving Notice......................................................................................................................... 34 14.2 Computation of Times............................................................................................................ 34 CITY OF]1411�rvC ulative Remedies----------------------------------------------------------------------------------------A 1.H"m........ 34 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects 106074 14.4 Survival of Obligations.......................................................................................................... 35 14.5 Headings.................................................................................................................................35 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 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. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its goveming body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a recorded plat. 8. Contract The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City conceming the Work The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement 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 i . 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made apart 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. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result ofperforming 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. in. 1.2 Terminology A. The words and terms discussed in Paragraph 1.02.B through Dare not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 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. 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 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; CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.1 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.2 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 (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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.4 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: 4, 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. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 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 Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ 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", CCU, 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. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. :Iink- or ZIP' `i/araxity ` Ak iz `ilt�'"' she liffi is of railroad right of wa�,, the for ill ;. agents, , nd material deliver-deliver-ies t o fo33 railroad r rei4ies a -a tfae s e a -ad orate a by: 2. The r n or -,,hull c fl,a et its0. or"�; ,�" railroad r o_es ; „all a ma-na r— as no to interfere with, hinder-, or-( b, ikeead eempany in any mapmer- v�4atsoever- in the i of its4hei-F t+aias or- other- pr-ope4y. Stieh operations on railroad fly req��nt-FaEter to exeei4e-a "Right of EntiFy- Agreement" r=with -the pa4io-ulr raI r 3. The Geff4aetual Liabilit bgmph c 94D ,.f�he Geflefal Ge fi itie s LL � Provide, C�ye'ri-age for- not less + fellow ing „tom iSSIfed 60PAPcMies satisfaetofy to the City and to the Raikoad GoRTany �qr- a tefm that eofitifmes for- so long as a. General n,.fegato: b b. Ea-Ah Oooarr:soo: : follovirca sh l rrn: o mil)oad-oon paw;, ; l ,� r r,.� Dhall P-m,4 pokey in the 0 eempany.mor-e0 gr-a0 o mikoad eompaff�-,--sepafate eover-age may be 0 eaeh in the afnetint stated "love b. *,more or-e than e„o milroadeempa+iy is- er-ati g n the same -fight or.�e SeNcml railraad eempanies o ifw4ved a -ad operated their own separate rights of CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 ✓.TYZ71TU 1; of eaeh railroad eoinpa*5f--. proposed-os a milr,,aright f way at ., 1.,..atio,, efiti eo , se ,- to fFof , �l,o g, it'k-/a-,Unc t-.-.uFt be ineltidea in the pokey eover-ing the gr-ade sepafation. d. if no gr-ade sepa-r-atioc io but taw- wok :o Fapeseda. a -.-&1Kk a,a ` /3rk— rn y d in a zin t milma ff 5. N . ef4E etivities os a railroad r o,-ty t be ro,-r^,-,, e by the r fit f , to f ,!jGjeS f *''0 €ere-ac�i�� a�ce+Rp", aa+R€d, a-sr-e"ir--ed- -Above, Alsucmi c i-.\\ura-.-,c C er}t star �s isGuras�o „,,,�� t,o ied ,a,, ins all' mai�eaa , o . -nd, e - repair- A, per-fofme ,a ;n the ailfo Wight-ef i-&uras,.o must f e the railroad the inswed, together- with ", tenant A-r-- lessee efdh-e ee+Rp", ep-lat ... 11 - I — tmAe-ks 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 to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 - CONTRACTOR'S RESPONSIBILITIES 5.1 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.2 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 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. "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 i£ a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 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 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. 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 B. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. Ell 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. 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. C. 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: 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. D. 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. E. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. F. 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 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. 9 Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 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 of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page23 of35 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. 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: 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; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. 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. THI INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY_ 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page25 of35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry 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. 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 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. 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 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. 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.1 Notice ofDefects 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. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 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 Develop er/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.4 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.5 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 of them. 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. 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 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page31 of35 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 if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.8 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 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.1 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 permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.3 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.4 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 been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 —MISCELLANEOUS 14.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if - 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 parry. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.2 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 00 61 25 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of3 1 SECTION 011100 2 SUMMARY OF WORK 3 GENERAL 4 SUMMARY 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 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 A-1 Homes 106074 00 61 25 - 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 Revised December 20, 2012 00 61 25 - 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 106074 Revised December 20, 2012 00 61 2519 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 01 31 19 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 the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 00 61 2519 - 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 i. 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 J. Questions or Comments CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 00 61 2519 - 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 00 61 25 - 1 DAP PROJECT RECORD DOCUMENTS Pagel of 8 1 SECTION 0133 00 2 DAP SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 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 the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. No 20 separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals 25 from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing 28 the related Work or other applicable activities, or within the time specified in the 29 individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by processing 31 times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 41 42 43 44 45 00 61 25 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 %2 inches x 1 linches. 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 8 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 limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 Provide such measurements and note on the drawings prior to submitting for 32 approval. 33 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 00 61 25 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 8 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 1. 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 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be uploaded 30 to City's Buzzsaw site, or another external FTP site approved by the City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate City 33 representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings returned, 37 Contractor shall submit more than the number of copies listed above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate City 40 representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution (if required in lieu of electronic distribution) 46 47 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 006125-5 DAP PROJECT RECORD DOCUMENTS Paee 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a. 8 copies for mechanical submittals 5 b. 7 copies for all other submittals 6 c. If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved product 17 data and samples, where required, to the job site file and elsewhere as directed by 18 the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance with 23 the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City does 30 not relieve the Contractor from his/her responsibility with regard to the fulfillment of 31 the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the Work 35 with all other associated work and trades, for selecting fabrication processes, for 36 techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City fmds to be in the interest of the 39 City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 44 comments on the submittal. 45 a. When returned under this code the Contractor may release the equipment 46 and/or material for manufacture. 47 b. Code 2 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 006125-6 DAP PROJECT RECORD DOCUMENTS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 2 notations and comments IS NOT required by the Contractor. 3 a. The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the final 5 product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned 8 when notations and comments are extensive enough to require a resubmittal of 9 the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the final 12 product. 13 b) This resubmittal is to address all comments, omissions and non -conforming 14 items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of the 16 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of 19 the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor to 23 meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's expense. 30 1) All subsequent reviews will be performed at times convenient to the City and at 31 the Contractor's expense, based on the City's or City Representative's then 32 prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all 34 such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City's 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 Contractor, and will be considered "Not Approved" until resubmitted. 43 c. The City may at its option provide a list or mark the submittal directing the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to constitute a 46 change to the Contract Documents, then written notice must be provided thereof to the 47 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 006125-7 DAP PROJECT RECORD DOCUMENTS Paee 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be used 9 on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 If specifically required in other Sections of these Specifications, submit a P.E. Certification 12 for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 2 4 PART 2 — PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 0 006125-8 DAP PROJECT RECORD DOCUMENTS Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1 A.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August 30, 2013 00 61 25 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 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 8 to: 9 a. Coordination with the Texas Department of Transportation 10 b. Work near High Voltage Lines 11 c. Confined Space Entry Program 12 d. Air Pollution Watch Days 13 e. Use of Explosives, Drop Weight, Etc. 14 f. Water Department Notification 15 g. Public Notification Prior to Beginning Construction 16 h. Coordination with United States Army Corps of Engineers 17 i. Coordination within Railroad permits areas 18 j. Dust Control 19 k. Employee Parking 20 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 the 5 Contract 2 26 2. Division 1 — General Requirements 27 3. Section 33 12 25 — Connection to Existing Water Mains 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August, 30, 2013 00 61 25 - 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 or dippers 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 power company 24 1) After notification coordinate with the power company to: 25 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 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 Required for 35 Confined Spaces 36 D. Use of Explosives, Drop Weight, Etc. 37 1. When Contract Documents permit on the project the following will apply: 38 a. Public Notification 39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior 40 to commencing. 41 2) Minimum 24 hour public notification in accordance with Section 01 31 13 42 E. Water Department Coordination 43 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August, 30, 2013 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 C. In the event that a water valve on an existing live system be turned off and 11 on to accommodate the construction of the project is required, coordinate 12 this activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas 15 Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the 16 Contractor will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 36 3) Submit schedule showing the construction start and finish time for each block 37 of the project to the inspector. 38 4) Deliver flyer to the City Inspector for review prior to distribution. 39 b. No construction will be allowed to begin on any block until the flyer is delivered to 40 all residents of the block. 41 G. Public Notification of Temporary Water Service Interruption during Construction 42 1. In the event it becomes necessary to temporarily shut down water service to 43 residents or businesses during construction, prepare and deliver a notice or flyer of 44 the pending interruption to the front door of each affected resident. 45 2. Prepared notice as follows: 46 a. The notification or flyer shall be posted 24 hours prior to the temporary 47 interruption. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 00 61 25 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 7 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. L Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 34 J. Dust Control 35 1. Use acceptable measures to control dust at the Site. 36 a. If water is used to control dust, capture and properly dispose of waste water. 37 b. If wet saw cutting is performed, capture and properly dispose of slurry. 38 K. Employee Parking 39 1. Provide parking for employees at locations approved by the City. 40 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 41 Construction Specification [if required for the project] 42 1. Comply with equipment, operational, reporting and enforcement requirements set forth 43 in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 006125-6 DAP PROJECT RECORD DOCUMENTS Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August, 30, 2013 I 2 3 M 006125-7 DAP PROJECT RECORD DOCUMENTS Page 7 of 7 EXHIBIT B FORT WORTH DOE NO. XXXX Project manes. 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised August, 30, 2013 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH [hisert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [hisert Project Number] Revised March 9, 2020 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. Dust control 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 for domestic 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 A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised JULY 1.2011 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 and Lighting 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 generator to 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 and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 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 and properly 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 of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 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 orderly manner. 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 away from 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS A-1 Homes 106074 Revised JULY 1.2011 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on -call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised JULY 1.2011 006125-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, 2 to a condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised JULY 1.2011 006125-1 DAP PROJECT RECORD DOCUMENTS Pagel of 3 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 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 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 is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 40 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 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 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE [NOT USED] 32 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 PART 3 - EXECUTION [NOT USED] 37 END OF SECTION W. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 006125-1 DAP PROJECT RECORD DOCUMENTS Pagel of 3 1 SECTION 01 5713 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 11 Contract 12 2. Division 1— General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 A. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. 38 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 2 3 4 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 006125-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) 'TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 006125-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - -PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List 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. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. 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] CITY OF FORT WORTH [hisert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 9, 2020 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH [hisert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [hisert Project Number] Revised March 9, 2020 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 016600-I DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Paee 2 of4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 Page 4 of 4 Revision Log 1�7:r1�►/:\ul Lin uluV.111" We]arfl:/:\►[f I 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 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 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 A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 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 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.Ift tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at any time a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 31d party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file fonnat CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised February 14, 2018 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 — General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Construction Staking 14 a. Measurement 15 1) This Item is considered subsidiary to the various Items bid. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item are subsidiary to the various Items bid and no other compensation will 19 be allowed. 20 2. Construction Survey 21 a. Measurement 22 1) This Item is considered subsidiary to the various Items bid. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item are subsidiary to the various Items bid and no other compensation will be 26 allowed. 27 3. As -Built Survey 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 35 36 1.3 REFERENCES 37 A. Definitions 38 1. Construction Survey - The survey measurements made prior to or while 39 construction is in progress to control elevation, horizontal position, dimensions and 40 configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. The Contractor's selection of a surveyor must comply with Texas Government 22 Code 2254 (qualifications based selection) for this project. 23 1.5 SUBMITTALS 24 A. Submittals, if required, shall be in accordance with Section 01 33 00. 25 B. All submittals shall be received and reviewed by the City prior to delivery of work. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 27 A. Field Quality Control Submittals 28 1. Documentation verifying accuracy of field engineering work, including coordinate 29 conversions if plans do not indicate grid or ground coordinates. 30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 32 33 1.7 CLOSEOUT SUBMITTALS 34 B. As -built Redline Drawing Submittal 35 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 36 constructed improvements signed and sealed by Registered Professional Land 37 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A 38 — Survey Staking Standards) . CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 2. Contractor shall submit the proposed as -built and completed redline drawing 2 submittal one (1) week prior to scheduling the project final inspection for City 3 review and comment. Revisions, if necessary, shall be made to the as -built redline 4 drawings and resubmitted to the City prior to scheduling the construction final 5 inspection. 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the Contractor. 10 2. Coordination 11 a. Contact City and Developer's Project Representative at least one week in 12 advance notifying the City of when Construction Staking is scheduled. 13 b. It is the Contractor's responsibility to coordinate staking such that 14 construction activities are not delayed or negatively impacted. 15 3. General 16 a. Contractor is responsible for preserving and maintaining stakes. If City 17 surveyors or Developer's Project Representative are required to re -stake for 18 any reason, the Contractor will be responsible for costs to perform staking. If 19 in the opinion of the City, a sufficient number of stakes or markings have been 20 lost, destroyed disturbed or omitted that the contracted Work cannot take place 21 then the Contractor will be required to stake or re -stake the deficient areas. 22 B. Construction Survey 23 1. Construction Survey will be performed by the Contractor. 24 2. Coordination 25 a. Contractor to verify that horizontal and vertical control data established in the 26 design survey and required for construction survey is available and in place. 27 3. General 28 a. Construction survey will be performed in order to construct the work shown 29 on the Construction Drawings and specified in the Contract Documents. 30 b. For construction methods other than open cut, the Contractor shall perform 31 construction survey and verify control data including, but not limited to, the 32 following: 33 1) Verification that established benchmarks and control are accurate. 34 2) Use of Benchmarks to furnish and maintain all reference lines and grades 35 for tunneling. 36 3) Use of line and grades to establish the location of the pipe. 37 4) Submit to the City copies of field notes used to establish all lines and 38 grades, if requested, and allow the City to check guidance system setup prior 39 to beginning each tunneling drive. 40 5) Provide access for the City, if requested, to verify the guidance system and 41 the line and grade of the carrier pipe. 42 6) The Contractor remains fully responsible for the accuracy of the work and 43 correction of it, as required. 44 7) Monitor line and grade continuously during construction. 45 8) Record deviation with respect to design line and grade once at each pipe 46 joint and submit daily records to the City. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS A-1 Homes 106074 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 i) Underground Vaults 2 (1) Rim and flowline elevations and coordinates for each 3 Underground Vault. 4 3) Sanitary Sewer 5 a) Cleanouts 6 (1) Rim and flowline elevations and coordinates for each 7 b) Manholes and Junction Structures 8 (1) Rim and flowline elevations and coordinates for each 9 manhole and junction structure. 10 4) Stormwater — Not Applicable 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY 14 PART 2 - PRODUCTS 15 A. A construction survey will produce, but will not be limited to: 16 1. Recovery of relevant control points, points of curvature and points of intersection. 17 2. Establish temporary horizontal and vertical control elevations (benchmarks) 18 sufficiently permanent and located in a manner to be used throughout construction. 19 3. The location of planned facilities, easements and improvements. 20 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 21 areas, utilities, streets, highways, tunnels, and other construction. 22 b. A record of revisions or corrections noted in an orderly manner for reference. 23 c. A drawing, when required by the client, indicating the horizontal and vertical 24 location of facilities, easements and improvements, as built. 25 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 26 construction staking projects. These cut sheets shall be on the standard city template 27 which can be obtained from the Survey Superintendent (817-392-7925). 28 5. Digital survey files in the following formats shall be acceptable: 29 a. AutoCAD (.dwg) 30 b. ESRI Shapefile (shp) 31 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 32 standard templates, if available) 33 6. Survey files shall include vertical and horizontal data tied to original project 34 control and benchmarks, and shall include feature descriptions 35 PART 3 - EXECUTION 36 3.1 INSTALLERS 37 A. Tolerances: CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 1. The staked location of any improvement or facility should be as accurate as 2 practical and necessary. The degree of precision required is dependent on many 3 factors all of which must remain judgmental. The tolerances listed hereafter are 4 based on generalities and, under certain circumstances, shall yield to specific 5 requirements. The surveyor shall assess any situation by review of the overall plans 6 and through consultation with responsible parties as to the need for specific 7 tolerances. 8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10 1.0 ft. tolerance. 11 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 12 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13 walkways shall be located within the confines of the site boundaries and, 14 occasionally, along a boundary or any other restrictive line. Away from any 15 restrictive line, these facilities should be staked with an accuracy producing no 16 more than 0.05ft. tolerance from their specified locations. 17 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18 electric lines, shall be located horizontally within their prescribed areas or 19 easements. Within assigned areas, these utilities should be staked with an 20 accuracy producing no more than 0.1 ft tolerance from a specified location. 21 e. The accuracy required for the vertical location of utilities varies widely. Many 22 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23 should be maintained. Underground and overhead utilities on planned profile, 24 but not depending on gravity flow for performance, should not exceed 0.1 ft. 25 tolerance. 26 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 27 specifications or in compliance to standards. The City reserves the right to request a 28 calibration report at any time and recommends regular maintenance schedule be 29 performed by a certified technician every 6 months. 30 1. Field measurements of angles and distances shall be done in such fashion as to 31 satisfy the closures and tolerances expressed in Part 3.1.A. 32 2. Vertical locations shall be established from a pre -established benchmark and 33 checked by closing to a different bench mark on the same datum. 34 3. Construction survey field work shall correspond to the client's plans. Irregularities 35 or conflicts found shall be reported promptly to the City. 36 4. Revisions, corrections and other pertinent data shall be logged for future reference. 37 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 APPLICATION 41 3.5 REPAIR / RESTORATION 42 A. If the Contractor's work damages or destroys one or more of the control 43 monuments/points set by the City or Developer's Project Representative, the monuments 44 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at any time a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 31d party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH A -I Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 01 74 23 - 1 DAP CLEANING Pagel of4 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 the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 01 74 23 - 2 DAP CLEANING Page 2 of4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 2 01 74 23 - 4 DAP CLEANING Page 4 of4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4nl2014 M.Domenech Revised for DAP application CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-I DAP CLOSEOUT REQUIREMENTS Page 1 of3 5 A. Section Includes: 6 1. The procedure for closing out a contract 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 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, 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. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PAT 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 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 mis 01 77 19 -2 DAP CLOSEOUT REQUIREMENTS Page 2 of3 A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make aninitial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 77 19 -3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten 38 39 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA 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 Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA 1 2 3 4 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 Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve J. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 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 017839-1 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 the Contract 2. Division 1— General Requirements 1.3 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 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. hi 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, at no 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 with the 35 title, "RECORD DOCUMENTS - JOB SET". 36 37 38 CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS 22 A. City of Fort Worth Water Department Standard Product List (attached) 23 24 END OF SECTION 25 26 27 Revision Log DATE NAME SUMMARY OF CHANGE 4nl2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH A-1 Homes STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 106074 Revised April 7, 2014 FORT WORTH CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. I Classsitication I Manufacturer I Model No. I National Spec I Size Water & Sewer - Manholes & Bases/Components 33-39-10 Bev 213/16) I 0723/97 3305 13 Urethane Hydrophilic Waterslop Asahi Kogyo K.K Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 0426/00 33 05 13 Offset Joint for T Diam. MH Hanson Concrete Products Drawing No 35-0048-001 0426/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH I 126/99 33 05 13 HOPE Manhole Adjustment Rings Lubeck hmc HDPE Adjustment Rmg Traffic and Non -traffic area I5/13/05 3305 13 Manhole External Wrap Canusa - CPS WmpidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I 126/99 33 39 13 Fiberglass Manhole Fluid Containment, hint. Flowtite ASTM 3753 Non-taffc area I 08/30/06 3339 13 Fiberglass Manhole L.F. Manufachnmg Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectaneular 33-05-13 Bev 2/3116) I* 33 05 13 I Manhole Frames and Covets I Western Iron Works, Bass & Hays Foundry I 1001 24"x40" WD I Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 Bev 213/16) I* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. I* 33 05 13 Manhole Frames and Covers McKinleylron Works Inc. A 24 AM 24" Dia. I 0824/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Da I 0824/18 33 05 13 Manhole Frames and Covers Neenab Foundry NF 1274 ASTM A48 & AASHTO M306 30" Da I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dii. I33 05 13 Manhole Frames and Covers Neenah Casting 24" dii. I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Da I 725/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/cexus) RE32-R8FS 30" Dia I 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iran Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dina I 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation M111651FWN & MH16502 30" His I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FT WSS-DC 30" His I 08/lo/11 33 05 13 30" Dia. MH Ring and Cover A--ast 220700 HmvyDutywith Gasket Ring 30" His 30" ERGO XL Assembly ]0/1M13 33 05 13 30" Dia MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Casket ASSHTO M105 & ASTM A536 30" His I 06/01/17 34 05 13 30" Dia MH Ring and Cover (Lockable) CI SIP hidusries 2280 (32") ASTM A 48 30" Dia I 12/0523 34 05 13 30" Dia MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32') ASTM A 48 30" Dia CAP-ONE-30-FTW, Composite, w/Lock 09/16/19 33 05 13 30" Dia MH Ring and Cover Composite Access Products, L P. w/o Fling 30" Dia I 10/0721 34 05 13 30" Dia. MH Ring and Cover Trumbull Marmfschning 32"(30") Frame and Cover 30" Dia I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16) I* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia I* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia I* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia I * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia I 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia I 0420101 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd 300-24-23 75 Ring and Cover ASTM A 48 24" Dia I Water & Sewer - Manholes & Bases/Precast Concrete Bev 118/13). I * 33 39 10 Manhole, Precast Concrete Hydro Combat Comp SPL Item 449 ASTM C 478 48" I* 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 11, I 0923/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" W32" cone I 12/0523 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 05/08/18 33 39 10 Manhole, Precast Concrete Th. Turner Company 48", 60" I D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, 32" Opening and Plat top, (No 09/0324 33 39 10 Manhole, Precast Concrete Okkastle Precast Inc Transition Cones) ASTM C 478 48" to 84" ID. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Rernf ed Polymer Concrete ASTM C-76 48" to 72" I 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I D. Manhole w/32" Cone ASTM G76 I" & 72" I 10/0721 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I D. Manhole w/32" Cone ASTM C-77 48" I 10/0721 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Annoro k 48" & 60" I D Manhole w/32" Cone 48" & 60" I 10/0721 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I D Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C478; ASTM C-923; 03/0713 3339. Manhole, Precast Concrete Amsc ilex Pipe and Products, LLC 48" & 60" I D. Manhole w/32" Cone ASTM C-443 I 03/0723 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHudscp 48" & 60" I D. Manhole w/32" Cone I0428/07 I Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WACI Wastewater Access Chamber 33 39 40 se when Std. For uustalled �epth of be 1..3 33 39. I Wastewater Access Chamber I Quikstream S0111hons, Inc Type 8 Mandenace Shaft (Poopit) dueto I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I* E1-14 Manhole Rehab Systems Quad - I 0423/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Refiner MSP E1-14 Manhole Rehab Systems AP/M Pemmafmm I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Loring System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc Use * From Original Standard Products List 1 CITY OF FORT WORTH FORT WORTH.,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. I ClasssiTcation I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 0520/96 E1-14 Manhole Rehab Systems Spmymq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion pmtection(Extenor) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8 mom Coatings for Corrosion Protection Warren Eavaarmarmal S-301 and M-301 Sewer Applications 1301 16, 33 39 10, RR&C DampproafnrgNon-Fibered Spray For Exterior Coating of Concrete 03/19/18 333920 Coating for Corrosion protection(Exterim) Sherwin Williams Grade (Asphatic Emulsion) $bpctmoS Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv Bev 2/3/16), * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic AS D 1248 For 24" dra * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic AS D 1248 For 24" dig * 33 05 13 Manhole Insert Noflow-Lillow Made to Order - Plastic ASTM D 1248 For 24" dig 0923/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc Lifesaver - Stainless Steel For 24" dha 0923/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc Tethed ok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13). 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc Stainless Steel Spacer, Model SSI 0422/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powesseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spaeer(Stainless Steel) 03/19/18FB- Casing Spacers BWM 12 Casing Spacer (Coated Carbon Steel) for for Nm_pressure Pipe and Grouted Casing 032922 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/0324 33 05 13 Casing Spacers Raci (CompletelyHDPE) Applications Only) 8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Cmffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" turn W 0824/18 33 1110 Ductile Iron Pipe Ammscan Ductile Iron Pipe Co American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thin 30" 0824/18 33 1110 Ductile Iron Pipe American Ductile Iron Pipe Co American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe Mc Wane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin; s/EDoxv 33-39-60 (01/08/13) 0225/02 Epoxy Laura System Saucreisea, hic SewrrGard210RS LA County#210-1.33 12/14/01 Epoxy Lmmg System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induon Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Sl, S2 Acid Resistance Test Sewer Applications 8282006 Coatings for Corrosion Protection Warren Envoramar tal S-301 and M-301 Sewer Applications Sewer - Coatinps/Polvurethane Sewer - Combination Air Valves 0525/18 33-31-70 Air Release VaWe A.R.I. USA, Inc. D025LTP02(Composate Body) 2" Sewer - Pines/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. lac. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Core. Pipe, Reinforced Hanson Concrete Products ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co Inc ASTM C 76 Sewer - Pipe Enlarement Svstem (Method)33-31-23 (01/18113) PIM System PIM Corporate n Polyethylene PIM Corp, Piscata Way, N J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberelass Reinforced/ 33-31-13(1/8/13) 721/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas PipeUSA, Iuc Hoban Pipe (Non -Pressure) ASTM D3262/D3754 0322/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/0921 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 0.113 3331 13 Fiberglass Pipe (FRP) Future Pipe hrdustnes Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 0.. 3331 13 Fiberglass Pipe (FRP) Superlit Born Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List FORT WORTH (Approval Spec No. IClasssitication Sewer - Piue/Po1vmer Pine I 4/14/05 Polymer Modified Concrete Pipe I 06/09/10 El-9 Reinforced Polymer Concrete Pipe I Sewer - Pines/HDPE 33-31-23(1/8/13) I * High -density, polyethylene pipe I * Iligh-density, polyethylene pipe I * Iligh-density, polyethylene pipe I I high -density polyethylene pipe Sewer - Pines/PVC (Pressure Sewer) 33-11-12 (411113) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 1022/14 33-11-12 DR-14 PVC Pressure Pipe I Sewer - Pines/PVC' 33-31-20 (7/1/13) I * 33-31-20 PVC Sewer Pipe I 12/23/97* 33-31-20 PVC Sewer Pipe I * 33-31-20 PVC Sewer Pipe I 12/0523 33-31-20 PVC Sewer Pipe I 12/0523 33-31-20 PVC Sewer Pipe I * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe I 0427/06 33-31-20 PVC Sewer Fittings I * 33-31-20 PVC Sewer Fittings I 3/192018 33 31 20 PVC Sewer Pipe I 3/192018 33 31 20 PVC Sewer Pipe I 3292019 333120 Gasketed Fittings (PVC) I 10212020 33 31 20 PVC Sewer Pipe I 1027J2020 33 31 20 PVC Sewer Pipe I 10212020 I I 33 31 20 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Amitech USA US Composite Pipe Phillips Driscopipe, hic. PlexcoI e. Polly Pipe, Inc CSR Hydro Condait/Pipetine Syst ms Pipelife Jetstream Royal Budding Products J-M Manufacturing Co., Inc QM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vmyltech PVC Pipe Vmyltech PVC Pipe J-M Manufacturing Co, hic QM Eagle) Diamond Plastics Corporation Hare. Plastic Trends, Inc.(Westlake) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc NAPCO(Westlake) Sanderson Pipe Corp. NAPCO(Westlake) Model No. Meyer Polycrete Pipe Reinforced Polymer Concrete Pipe OpticoreDoctile Polyethylene Pgre McConnell Pipe Enlargement PVC Pressure Pipe Royal Seal PVC Pressure Pipe SDR-26(PS115) SDR-26(PS115) SDR-26 (PS115) SDR-26(PS115) Gravity Sewer PS 115 PS 115 PS 115 SDR-26 (PS 115) Gasket Fittings Gasketed PVC Sewer Main Fittings SDR 26 (PS 115) SDR26 SDR 26 SDR 26 SDR 26 SDR 26 PS 115 Updated: 11-6-24 National Spec Size ASTM C33, A276, F477 8" to 102", Class V ASTM C-76 ASTM D 1248 8" ASTM D 1248 8" ASTM D 1248 8" ASTM D 1248 AW WA C900 AW WA C900 ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034 ASTM D3034 ASTM D3034 ASTM F-679 4" d— 12" 4" tl— 12" 4" - 15" 4" thin 15" 4" thin 15" 4" dw 15" 18" 18" - 28" 18" to 11, 4" - 15" 18"- I" 4"- 15" 4"- 15" 4" - 15" 4"- 15- Is"- 36' * From Original Standard Products List 3 FORT WORTH (Approval Spec No. IClasssitication Water - Annur enances 33-12-10 (07/01/13). 09/0324 33-12-10 Double Strap Saddle 01/18/18 33-12-10 Double Strap Saddle 0828/02 Double Strap Saddle 0723/12 33-12-10 Double Strap Service Saddle 0.713 33-12-10 Double Strap Service Saddle 1027/87 Curb Stops -Ball Meter Valves 1..7 Cub Stops -Ball Meter Valves 525201. 33-12-10 Club Stops -Ball Meter Valves 525201. 33-12-10 Club Stops -Ball Meter Valves 525201. 33-12-10 Club Stops -Ball Meter Valves 525201. 33-12-10 Club Stops -Ball Meter Valves 525201. 33-12-10 Club Steps -Ball Meter Valves 525201. 33-12-10 Cub Steps -Ball Meter Valves 0126/00 Coated Tapping Saddle with Double SS Straps 0/521/12 33-12-25 Tapping Sleeve (Coated Steel) 032922 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 05/10/11 Tapping Sleeve (Stainless Steel) 0229/12 33-12-25 Tapping Sleeve (Coated Steel) 0229/12 33-12-25 Tapping Sleeve (Stainless Steel) 0229/12 33-12-25 Tapping Sleeve (Stainless Steel) 05/10/11 Joint Repair Clamp Plastic Meter Box w/Composite lid Plastic Meter Box w/Composite lid 08/30/06 Plastic Meter Box w/Composite lid Concrete Meter Box Concrete Meter Box Concrete Meter Box Water - Bolts. Nuts. and Gaskets 33-11-05 (01108/13). None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Air Release Valve * E1-11 �Comb—lion ombinatro¢Air Release Valve * E1-11 Combination An Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fite Hydrant 03/31/88 E-1-12 Dry Barrel Fire Hydrant 09/30/87 E-1-12 Dry Barrel Fire Hydrant 01/12/93 E-1-12 Dry Barrel Fire Hydrant 0824/88 E-1-12 Dry Barrel Fire Hydrant E-1-12 Dry Barrel Fire Hydrant 0924/87 E-1-12 Dry Barrel Fire Hydrant 10/14/87 E-1-12 Dry Barrel Fire Hydrant 01/15/88 E1-12 Dry Barrel Fire Hydrant 10/09/87 E-1-12 Dry Barrel Fire Hydrant 09/16/87 E-1-12 Dry Barrel Fire Hydrant 08/12/16 33-12-40 Dry Barrel Fire Hydrant Water - Meters 02/05/93 E101-5 (Detector Check Meter 08/05/04 Magnetic Drive Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Ape Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe Smith Blair 9317 Nylon Coated Double Strap Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AW WA C800 1"-2" SVC, up to 24" Pipe Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Ape McDonald 6100M,6100MT & 61OMT 3/4" and 1" McDonald 4603B, 4604B, 6100M, 6109 M and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, F V23-666-W- FordMeterBoxCo.,Inc. NL, L22-66NL AWWA C800 1-1 FB600-4-NL, FB1600-4NL, B11444-WR- Ford Meter Box Co., Inc. NL, B22444-WR-NL, L2844NL AWWA C800 1" B-25000N, B-24277N-3, B-20200N-3, H- AWWAC800,ANSF61, Mueller Co, Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3,B-24277N-3,H- AWWAC800,ANSF61, Mueller Co, Ltd. 15000N, 11-14276N, H-15525N ANSI/NSF 372 1-1i=" B-25000N, B-20200N-3,H-15000N, H- AWWAC800,ANSF61, Mueller Co, Ltd. 15530N ANSI/NSF 372 1" JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" JCM Industries, Inc. 412 Tapping Sleeve ESS AW WAC-223 Up to 30" w/12" Out JCM Industries, Inc. 415 Tapping Sleeve AW WAC-223 Concrete Pipe Only Powersea] 3490AS (Flange) & 3490MJ 4"-8" and 16' Romac FTS 420 AW WA C-223 Up to 42" w24" Out Romac SST Stainless Steel AW WA C-223 Up to 24" w/12" Out Romac SST III Stainless Steel AW WA C-223 Up to 30" w/12" Out Powerseal 3232 Bell Joint Repair Clamp 4" to 30" DFW Plastics Inc. DFW37C-12-IEPAFFTW DFW Plastics 1-. DFW39C-12-IEPAFFTW DFW Plastics lnc. DFW65C-14-IEPAFFTW Class"A" Bass & Hays CMB37-B121118 LID-9 Bass & Hays CMB-18-Dual 1416 LO-9 Bass & Hays CMB65-B65 1527 LID-9 GA Industries, hic. Empire An and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" Multiplex Manufacturing Co Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" Valve and Primer Corp APCO #143C, 9145C and #147C 1", 2" & 3" Amencen-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWAC-502 American Darling Valve Shop Drawing No. 94-18791 AWWAC-502 Clow Corporation Shop Drawing No D-19895 AWWAC-502 American AVK Company Model 2700 AWWA C-502 Clow Cmpoition Drawings D20435, D20436, B20506 AWWAC-502 ITT Kennedy Valve Shop Drawing No. D-80783FW AWWAC-502 M&H Valve Company Shop Drawing No 13476 AWWAC-502 Shop Drawing No. 6461 Mueller Company A-423 Centurion AWWAC-502 Shop Drawing FH-12 Mueller Company A423 Super Centurion 200 AWWAC-502 U S. Pipe & Foundry Shop Drawing No 960250 AWWAC-502 American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 EJ (East Jordan Iron Works) WaterMaster 5CD250 Ames Company Model 1000 Detector —Valve AW WA C550 4" - to - Hersey Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH.,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 lApprovall Spec No. I Classsitication I Manufacturer I Model No. National Spec I Size Water - PIDes/PVC (Pressure Water) 33-31-70 (01/08/131 AW WAC900, AW WA C605, 12/0523 33-11-12 PVC Pressure Pipe Vmyltech PVC Ape DR14 ASTMD1784 4"-16" AW WAC900, AW WA C605, 12/0523 33-11-12 PVC Pressure Pipe Vmyltech PVC Ape DR18 ASTMD1784 16"-18" AW WAC900, AW WA C605, 09/0324 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTMD1784 4"-16" AW WAC900, AW WA C605, 09/0324 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 ASTMD1784 16"-18" 3/192018 331112 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/192018 331112 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5252018 33 1112 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5252018 33 1112 PVC Pressure Ape Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AW WA C900-16 12/62018 33 1112 PVC Pressure Ape J-M Manuf temong Co., Inc d/b/a JM Eagle DR 14 UL 1285 4"18" ANSI/NSF 61 FM 1612 AW WA C900-16 12/62018 33 1112 PVC Pressure Ape J-M Mara fact aing Co., Inc d/b/a JM Eagle DR 18 UL 1285 16"-24" ANSI/NSF 61 FM 1612 9/6/2019 33 1112 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 1112 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 331112 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 1112 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PIDes/Valves & Fittines/Ductile Iron Fittines 33-11-11(01/08/13) 0723/92 E1-07 Ductile Iron Fittings Star Pipe Products, hic. Mechanical hour Fittings AW WA C153 & C110 * E1-07 Duchle Iron Fittings Griffin Pipe Products, Co Mechanical Jomt Fittings AW WA C 110 * E1-07 Duchle Iron Fittings McWaacTyler p4,/Union Utihties D_ou Mechamcal Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E1-07 Duchle Iron Fittings Sigma, Co. Mechamcal Joint Fittings, SSB Class 351 AW WA C 153, C 110, C 112 0226/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWAC153 4"-12" 05/14/98 E1-07 Duchle Iron Joint Restraints Ford Meter Box Co./Om-Flange Uni-Flange Series 1400 AW WACI l l/C153 4" to 36' 05/14/98 E1-24 PVC Joint Restramts Ford Meter Box Co./Om-Flange Uni-Flange Series 1500 Circle -Lock AW WACI I I/C153 4" to 24" 11/09/04 E1-07 Duchle Iron hour Restraints One Bolt, hic One Bolt Restrained Jomt Fitting AW WA C111/C116/C153 4" to 12" 0229/12 33-11-11 Ductile Iran Ape Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/C116/C153 4" to I" 0229/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Senes 2000(f PVC Pipe) AWWAClll/C116/C153 4" to 24" 08/05/04 E1-07 Mechamcal Joint Retamer Glands(PVC) Sigma, Co. Sigma One -Lk SLC4-SLC10 AWWACIII/C153 4" to 10" 03/06/19 33-11-11 Mechamcal Joint Retamer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4-SLCS12 AWWACIII/C153 4" to 12" 08/05/04 E1-07 Mechamcal Joint Retamer Glands(PVC) Sigma, Co. Sigma One -Lk SLCE AWWACIII/C153 12" to 24" 08/lo/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 hrtenor Restrained Jomt System S & B Techncml Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechamcal Joint Fithogs SIP Industries(Serampore) Mechanical hour Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechamcal Joint Retamer Glands Star Ape Products, Inc PVC Stargnp Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechamcal Joint Retamer Glands Star Ape Products, Inc DIP Stargrip Senes 3000 ASTM A536 AW WA Cl l l EZ Grip Joint Restramt (EZD) Black For DIP .119/18 33-11-11 Mechamcal Joint Re.. Ghmds SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"48" EZ Grip Jomt Restraint (EZD) Red for C900 0-19/18 33-11-11 Mechamcal Joint Returner Glands SIP Indusuies(Serampore) DR14 PVC Ape ASTM A536 AW WA CI I I 4"-12" EZ Grip Jomt Restraint (EZD) Red for C900 OVN/18 33-11-11 Mechamcal Joint Returner Glands SIP Indusuies(Serampore) DR18 PVC Ape ASTM A536 AW WA CI I I 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH.,, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. Classsitication Manufacturer Water Pine & Fittines/Resilient Seated Gate 33-12-20 (05/13115). Model No. National Spec Size - aloes Resilient Wedged Gate Valve w/¢o Gears alve* American Flow Continl Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Seines 2530 and Series 2536 AW WA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 2T' 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SO 94-20247) AW WA C515 16, 1024/00 E1-26 Resilient Wedge Gate Valve American Flow Control Senes 2500 (Ductile Iron) AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" 0523/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" 0124/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co Series A2361 (SO 6647) AW WA C515 16" 0123/03 Resilient Wedge Gate Valve Mueller Co Series A2360 for 18"-24" (SO 6709) AW WA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co Mueller 30" & 36", C-515 AW WA C515 30" and 36' 01/31/06 Resilient Wedge Gate Valve Mueller Co Mueller 42" & 48", C-515 AW WA C515 42" and 48" 0128/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16, 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SO D-21652) AW WA C515 24" and smaller 1129/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/3.12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U S. Pipe and Foundry Co. Metoseal 250, rega¢ cm, SPL #74 3" to 16' 1026/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) FJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matto-Norca 225 MR AW WA/ANSI C115/An21 15 4" to 16' Water - Pines/Valves & Fittines/Rubber Seated Butterfly Valve 33-12-21(07/10/14). * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWAC-504 2T' * E1-30 Rubber Seated Butterfly Valve Mueller Co AWWAC-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWAC-504 24" and huger 06/12/03 E1-30 Valmatic American Butterfly Valve Vahnnic Valve and Manufacturing Corp. Vahnatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 1" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WAC-504 30"-54" 09/0324 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene En- cut Flexsol Packaging Fulton Enterprises AWWAC105 8mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong byCowtown Bolt & Gasket AW WA C105 8 not LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products hhc PE Encasement for DIP AW WA C105 8 mil LLD Water - Samedine Station 03/07/23 33 1250 1 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 B9lt3124 334-338 Tbis product removed Water -Automatic Flusher HG&A-IN-2-BRN-LPR1"rtable) .120 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-0I8-LPLG(Pemranent) 04/0921 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/0921 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review ofproducts which meet the Fort Worth Water Department's Standard Specifications during utility construction p jects. Mum Technical Specifications for specific products, are included as part ofthe Construction Contract Documents, the requirements ofthe Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements ofthe Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications ar is on the Fort Worth Water Yellow highlight indicates recent changes * From Original Standard Products List