HomeMy WebLinkAboutContract 53651-PM16
RECEIVED
APR 19 2020
CRY OF FORT WORTH
"TYSECRETARY
CITY SECRETARY
NTRACTNo. 53051- LAW I
FORT WORTH
Irr
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Street Light ce: Paving Inrprorements to Ser•1le 311 Nichols Street
IPRC Record No. IPRC19-0229
City Project No. 102416
FID No. 301144200431402416-E07685
File No. K-2724
Betsy Price David Cooke
Mayor City Manager
William Johnson
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
2019
Cumulus Design
PO Box 2119
Euless, Texas 76039
PIrone. 2144354367
Firm #14810 r �71 F o rF 9 1
too
PAUL M. CFIAGUN04
i
1 12767 '• �i+ �� F o ^\��two
AL�yv
r�_41 q
00 00 10- 1
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 1 of 4
CITY OF FORT WORTH 311 Nichols Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised September 1, 2015
SECTION 00 00 10 1
TABLE OF CONTENTS 2
DEVELOPER AWARDED PROJECTS 3
4
Division 00 - General Conditions 5
00 11 13 Invitation to Bidders 6
00 21 13 Instructions to Bidders 7
00 41 00 Bid Form 8
00 42 43 Proposal Form Unit Price 9
00 43 13 Bid Bond 10
00 45 11 Bidders Prequalification’s 11
00 45 12 Prequalification Statement 12
00 45 13 Bidder Prequalification Application 13
00 45 26 Contractor Compliance with Workers' Compensation Law 14
00 45 40 Minority Business Enterprise Goal 15
00 52 43 Agreement 16
00 61 25 Certificate of Insurance 17
00 62 13 Performance Bond 18
00 62 14 Payment Bond 19
00 62 19 Maintenance Bond 20
00 72 00 General Conditions 21
00 73 00 Supplementary Conditions 22
00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded 23
Projects 24
25
Division 01 - General Requirements 26
01 11 00 Summary of Work 27
01 25 00 Substitution Procedures 28
01 31 19 Preconstruction Meeting 29
01 31 20 Project Meetings 30
01 32 16 Construction Progress Schedule 31
01 32 33 Preconstruction Video 32
01 33 00 Submittals 33
01 35 13 Special Project Procedures 34
01 45 23 Testing and Inspection Services 35
01 50 00 Temporary Facilities and Controls 36
01 55 26 Street Use Permit and Modifications to Traffic Control 37
01 57 13 Storm Water Pollution Prevention Plan 38
01 58 13 Temporary Project Signage 39
01 60 00 Product Requirements 40
01 66 00 Product Storage and Handling Requirements 41
01 70 00 Mobilization and Remobilization 42
01 71 23 Construction Staking 43
01 74 23 Cleaning 44
01 77 19 Closeout Requirements 45
01 78 23 Operation and Maintenance Data 46
01 78 39 Project Record Documents 47
48
00 00 10- 2
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 2 of 4
CITY OF FORT WORTH 311 Nichols Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised September 1, 2015
Technical Specifications which have been modified by the Engineer specifically for this 1
Project; hard copies are included in the Project’s Contract Documents 2
None 3
4
Technical Specifications listed below are included for this Project by reference and can be 5
viewed/downloaded from the City’s Buzzsaw site at: 6
7
htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20-8
%20Construction%20Documents/Specifications 9
10
Division 02 - Existing Conditions 11
02 41 13 Selective Site Demolition 12
02 41 14 Utility Removal/Abandonment 13
02 41 15 Paving Removal 14
15
Division 03 - Concrete 16
03 30 00 Cast-In -Place Concrete 17
03 34 13 Controlled Low Strength Material (CLSM) 18
03 34 16 Concrete Base Material for Trench Repair 19
03 80 00 Modifications to Existing Concrete Structures 20
21
Division 26 - Electrical 22
26 05 00 Common Work Results for Electrical 23
26 05 10 Demolition for Electrical Systems 24
26 05 33 Raceway and Boxes for Electrical Systems 25
26 05 43 Underground Ducts and Raceways for Electrical Systems 26
27
Division 31 - Earthwork 28
31 10 00 Site Clearing 29
31 23 16 Unclassified Excavation 30
31 23 23 Borrow 31
31 24 00 Embankments 32
31 25 00 Erosion and Sediment Control 33
31 36 00 Gabions 34
31 37 00 Riprap 35
36
Division 32 - Exterior Improvements 37
32 01 17 Permanent Asphalt Paving Repair 38
32 01 18 Temporary Asphalt Paving Repair 39
32 01 29 Concrete Paving Repair 40
32 11 23 Flexible Base Courses 41
32 11 29 Lime Treated Base Courses 42
32 11 33 Cement Treated Base Courses 43
32 12 16 Asphalt Paving 44
32 12 73 Asphalt Paving Crack Sealants 45
32 13 13 Concrete Paving 46
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 47
32 13 73 Concrete Paving Joint Sealants 48
32 14 16 Brick Unit Paving 49
32 16 13 Concrete Curb and Gutters and Valley Gutters 50
00 00 10- 3
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 3 of 4
CITY OF FORT WORTH 311 Nichols Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised September 1, 2015
32 17 23 Pavement Markings 1
32 31 13 Chain Link Fences and Gates 2
32 31 26 Wire Fences and Gates 3
32 31 29 Wood Fences and Gates 4
32 32 13 Cast-in-Place Concrete Retaining Walls 5
32 91 19 Topsoil Placement and Finishing of Parkways 6
32 92 13 Hydro-Mulching, Seeding, and Sodding 7
32 93 43 Trees and Shrubs 8
9
Division 33 - Utilities 10
33 01 30 Sewer and Manhole Testing 11
33 01 31 Closed Circuit Television (CCTV) Inspection 12
33 03 10 Bypass Pumping of Existing Sewer Systems 13
33 04 10 Joint Bonding and Electrical Isolation 14
33 04 11 Corrosion Control Test Stations 15
33 04 12 Magnesium Anode Cathodic Protection System 16
33 04 30 Temporary Water Services 17
33 04 40 Cleaning and Acceptance Testing of Water Mains 18
33 05 10 Utility Trench Excavation, Embedment, and Backfill 19
33 05 12 Water Line Lowering 20
33 05 13 Frame, Cover and Grade Rings 21
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 22
33 05 16 Concrete Water Vaults 23
33 05 17 Concrete Collars 24
33 05 20 Auger Boring 25
33 05 21 Tunnel Liner Plate 26
33 05 22 Steel Casing Pipe 27
33 05 23 Hand Tunneling 28
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 29
33 05 26 Utility Markers/Locators 30
33 05 30 Exploratory Excavation for Existing Utilities 31
33 11 10 Ductile Iron Pipe 32
33 11 11 Ductile Iron Fittings 33
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 34
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 35
33 11 14 Buried Steel Pipe and Fittings 36
33 11 15 Pre-stressed Concrete Cylinder Pipe 37
33 12 10 Water Services 1-inch to 2-inch 38
33 12 11 Large Water Meters 39
33 12 20 Resilient Seated Gate Valve 40
33 12 21 AWWA Rubber-Seated Butterfly Valves 41
33 12 25 Connection to Existing Water Mains 42
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 43
33 12 40 Dry-Barrel Fire Hydrants 44
33 12 50 Water Sample Stations 45
33 12 60 Blow-off Valves 46
33 31 12 Cured in Place Pipe (CIPP) 47
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 48
33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 49
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 50
00 00 10- 4
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 4 of 4
CITY OF FORT WORTH 311 Nichols Street
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised September 1, 2015
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 1
33 31 22 Sanitary Sewer Slip Lining 2
33 31 23 Sanitary Sewer Pipe Enlargement 3
33 31 50 Sanitary Sewer Service Connections and Service Line 4
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 5
33 39 10 Cast-in-Place Concrete Manholes 6
33 39 20 Precast Concrete Manholes 7
33 39 30 Fiberglass Manholes 8
33 39 40 Wastewater Access Chamber (WAC) 9
33 39 60 Epoxy Liners for Sanitary Sewer Structures 10
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 11
33 41 11 HDPE Storm Sewer Pipe 12
33 46 00 Sub drainage 13
33 46 01 Slotted Storm Drains 14
33 46 02 Trench Drains 15
33 49 10 Cast-in-Place Manholes and Junction Boxes 16
33 49 20 Curb and Drop Inlets 17
33 49 40 Storm Drainage Headwalls and Wingwalls 18
19
Division 34 – Transportation 20
34 41 10 Traffic Signals 21
34 41 13 Removing Traffic Signals 22
34 41 20 Roadway Illumination Assemblies 23
34 41 30 Aluminum Signs 24
34 71 13 Traffic Control 25
26
27
Appendix 28
GC-4.01 Availability of Lands 29
GC-4.02 Subsurface and Physical Conditions 30
GC-4.04 Underground Facilities 31
GC-4.06 Hazardous Environmental Condition at Site 32
GC-6.06.D Minority and Women Owned Business Enterprise Compliance 33
GC-6.07 Wage Rates 34
GC-6.09 Permits and Utilities 35
GC-6.24 Nondiscrimination 36
GR-01 60 00 Product Requirements 37
38
END OF SECTION 39
0O 42 43
DAP -BID PROPOSAL
Page I or7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIVICAT1OY DOCUMENTS -DEVELOPER AWARDED PROJECTS
Fo Version May 22, 2019
00 42 43—Bid Pmposal DAP, xIs
004245
DAP - BID PROPOSAL,
Pagc 2 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECMCA PION ➢OCUMENTS - DEMMER AWARDED PROJECTS
Form Version may 22, 200
W 42 43 Bid Proposal DAP_sis
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP -131A PROPOSAL
Pam 3 oft
Bidder's Application
Project Item Information
Bidder's Proposal
13idEst It
No
Ilescriptia'
spcci£Lcatiun Unit of
Bid
Section N,. Measure
Quantity
Unit Price Bid Value
UNIT III: DRAINAGE IMPROVEMENTS
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1$
19
20
21
22
23
24
25
26
27
28
29
30
31
3
33
34
35
36
37
38
39
40
41
42
43
44
45
TOTAL UNIT fit:
DRAINAGE
IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRICTION SPECIFICATION DOCUMENTS - DEVELOPER AWAR178D PRO3ECTS
Form VcTsion May 22, 2019
004243_Rid Proposal DAP..,b
p0 42 43
DAP- BID PROPOSAL
Page 4 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL
FORM
UNIT PRICE BID
Bidder's Application
Project Item tnfortnation
Bidders Proposal
Bidlist Item
No.
Description
Speciffcation
Unit of
Bid
Section No.
Measure
Quantity
Unit Price
Bid Value
UNIT IV: PAVING IMPROVEMENTS
1
2
_ - one Cu:L ti
3211.0 2 6" Flexible Base Ty!---
c _
Lr
540
$1 2.00
$6,480.00
3
321 Y0101 S" COnC Pvrrlt
3 ' ': 1
SY
Sy
280
$.00
$480.00
4
a213,0301 4" Conc Sidewalk
280
$12.00
$3,360.00
5
_ _ . _.._..
3213.0322 Conc Curb at Back of Sidewalk
32 'I3 20
SF
6353
$5.00
$31,765.00
6
__ .
3213 0501 Barrier Fre? Ramp, Type R
32 13 20
LF
605
$14.00
$8,470.00
7
3217,0009 4" SLD Pvmt Markirg Paint (W)_
32 13 20
32 1723
EA
2
$500.00
$1,000.00
g
LF
9
$1.75
$15.75
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
TOTAL UNIT
W, PAVING IMPROVEMENT
$51,930.75
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form, Version May 22, 2019 00 42 43_Bid Praposal_DAP,.]s
O0 42 43
DAP - BID PROPOSAL
Page 5 of 7
SECTION 00 42 43
Developer Awarded Projects _ PROPOSAL FORM
UNIT PRICE BID Bidder's Application
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
00 42 43_Ba'd Proposa1_DAP.x[s
00 42 43
DAP - BID PROPOSAL
Page G of?
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
CITY OF FORT WORTH
SI ANDAR➢CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDEF) PROJECTS
Form Version . day 22, 20 1 9
00 42 43_13id Proposal DAP.,Is
UNIT PRICE BID
list Item
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Description
00 42 43
DAP- WD PROPOSAL
Page 7 .177
Bidder's Application
Bidder's Proposal
Specification Umf of Bid
Section No Measure I Qtcantity Unit Price Bid Value
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT 11: SANITARY SEWER IMPROVEMENTS
UNIT III- DRAINAGE IMPROVEMENTS
UNIT IV- PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRA CT commences to run as provided in the General Conditions.
CITY OF FORT WORT1i
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROTECTS
Form Version May= 22, 2019
$51,930.75
$53, 319.00
Total Construction Bid $105,249.75
BV,- '1
TITL:L
DATE:
END OF SECTION
worldng d3yg a ter t& date whea the
W 42 41_Did Prop-O_DAPAs
Steve Jennings
2
a
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
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406A96(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 20'4J6. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation. coverage.
CONTRACTOR:
� Sfi�t✓ � UL L�rsp��hJT
Co4any
5 � 02u 5-,`
Address
1 ),- -7-5-01 <
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TAR.RANT §
-C-dli4�-t C4r-1V--J
(Please Print)
Signature:
Title: CSIr6�
(Please Print)
KORE MP, �te undersigned authority, on this day personally appeared
known to me to be the person whose name is
subscribed to the foregoing instr ment, d acknowledged to me that he/she executed the same as
the act and deed of e for the purposes and
consideration therein expressed and in the capacitf therein stated.
GIV N UNDER MY HAND AND SEAL OF OFFICE this day of
20�+�
ALISH1A RANSOMS
`' ' `•' 4,J
Notary Public in and for the State of Texas
`6S Notrry ghlm6 State of Texas
`~ ' ID # 13017849-6 37 } my Com
pins 040112023
38 ND OF SECTION
39
CITY OF FORT WORTHc+�
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
005243-1
Developer Awarded Project Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on is made by and between the Developer,
4 \ichols i _rain_ �_ _, authorized to do business in Texas ("Developer") , and Ke stone
5 Development, authorized to do business in Texas, acting by and through its duly authorized
6 representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
17 Project identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a part is
14 generally described as follows:
15 311 Nichols street
16 102416
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 25 calendar days after the date
23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
24 City Conditions of the Construction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26 Contractor recognizes that time is of the essence of this Agreement and that Developer
27 will suffer financial loss if the Work is not completed within the times specified in
28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
29 the Standard City Conditions of the Construction Contract for Developer Awarded
30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
34 Developer Zero Dollars ($910) for each day that expires after the time specified in
35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS
Revised June 16, 2016
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
36 Article 4. CONTRACT PRICE
37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
38 Documents an amount in current funds of One hundred and five thousand two hundred fart -nine
39 with seven -f1ve cents Dollars ($I05.249.75).
40 Article 5. CONTRACT DOCUMENTS
41 5.1 CONTENTS:
42 A. The Contract Documents which comprise the entire agreement between Developer and
43 Contractor 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 e. Payment Bond (DAP Version)
52 d. Performance Bond (DAP Version)
53 C. 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 Forth (If required)
57 3. Standard City General Conditions of the Construction Contract for Developer
58 Awarded Projects.
S9 4. Supplementary Conditions.
60 5. Specifications specifically made a part of the Contract Documents by attachment
61 or, if not attached, as incorporated by reference and described in the Table of
62 Contents of the Project's 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
67 Agreement 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 v /1 1rknls Jlr�tr
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS j I04ib/
Revised June 16, 2016
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
76 expense, the city, its officers, servants and employees, from and against any and all
77 claims arising out of, or alleged to arise out of, the work and services to be performed
78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
79 under this contract. This indemnification provision is s ecificall intended to operate
80 and be effective even if it is allegged or vroven that all or some of the damages being
81 sou ht were caused in whole or in part, by any act omission or negligence of the city.
82 This indemnity provision is intended to include, without limitation, indemnity for
83 costs, expenses and legal fees incurred by the city in defending against such claims and
84 causes of actions.
85
86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
87 the city, its officers, servants and employees, from and against any and all loss, damage
88 or destruction of property of the city, arising out of, or alleged to arise out of, the work
89 and services to be performed by the contractor, its officers, agents, employees,
90 subcontractors, licensees or invitees under this contract. This indemnification
91 Provision is SPecifically intended to operate and be effective even if it is alleged or
92 Proven that all or some of the damages bein2 sought were caused in whole or in part,
93 by any act omission or nelzligence of the city.
94
95 Article 7. MISCELLANEOUS
96 7.1 Terms.
97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
98 the Construction Contract for Developer Awarded Projects.
99 7.2 Assignment of Contract.
100 This Agreement, including all of the Contract Documents may not be assigned by the
101 Contractor without the advanced express written consent of the Developer.
102 7-3 Successors and Assigns.
103 Developer and Contractor each binds itself, its partners, successors, assigns and legal
104 representatives to the other party hereto, in respect to all covenants, agreements and
105 obligations contained in the Contract Documents.
106 7.4 Sevembility.
107 Any provision or part of the Contract Documents held to be unconstitutional, void or
108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
109 remaining provisions shall continue to be valid and binding upon DEVhLOPER and
110 CONTRACTOR.
111 7.5 Governing Law and Venue.
112 This Agreement, including all of the Contract Documents is -performable in the State of
113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
114 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised June 16, 2016
005243-4
Developer Awarded Project Agreement
Page 4 of 4
115
116 7.6 Authority to Sign
1I7 Contractor shall attach evidence of authority to sign Agreement, if other than duly
118 authorized signatory of the Contractor.
119
120 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
121 counterparts.
122
123 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
124
125
Contractor: Developer:
B:
(Signature)
(Printed Name)
Title: �,�- R C7 ,g—
Company Name: Wit{
Address: I 6cp S• �-
:�
City/state/zip:
�z32o
Date
B
a e)
�(Printc2dNam��
Title: _ L
Company name:
Address:L
Ci /State/Zi : �
Date
k- n:, - Z.:=.
CITY OF FORT WORTH i11 ;tichcrlr lr �t
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS /Ifl?1/fiJ
Revised June 16,2016
0062 13- 1
PERFORMANCE BOND
Page I of 3
Bond No. E386906
I SECTION 00 62 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Keystone Development LLC , known as
9 "Principal" herein and Great American Insurance Company , a corporate
10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, [mown as
11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, (Nichols
12 Trinity LLC), authorized to do business in Texas ("Developer") and the City of Fort Worth, a
13 Texas municipal corporation ("City"), in the penal sum of, One -Hundred and Five Thousand Two
14 Hundred Forty -Nine and Seven -Five Cents Dollars ($ !Df.249.75 ), lawful money of the
15 United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum
16 well and truly to be made jointly unto the Developer and the City as dual obligees, we bind
17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
18 firmly by these presents.
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth by and through a Community Facilities
21 Agreement, CFA Number 20-0006; and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
23 the 11th day of _ August 2017 , which Contract is hereby referred to and made a
24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
25 and other accessories defined by law, in the prosecution of the Work, including any Change
26 Orders, as provided for in said Contract designated as Cityscape Arts Apartments,
27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
28 shall faithfully perform it obligations under the Contract and shall in all respects duly and
29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
30 specifications, and contract documents therein referred to, and as well during any period of
31 extension of the Contract that may be granted on the part of the Developer and/or City, then this
32 obligation shall be and become null and void, otherwise to remain in full force and effect,
CITY OF FORT WORTH
311 Nichols Street
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
102416
006213-2
PERFORMANCE BOND
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, Port
3 Worth Division.
4
5
6
7
8
9
10
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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 loth day of
February 20 20
ATTEST:
(Principal) Secretary
Witness as to Principal
Witness NoSureq�
PA
Keystone Devtk&qent LLC
BY:
Signature
Name and
Address: 2310 N Henderson Unit 538
Dallas TX 76206
SURETY:
Great American Insurance Company
BY: �z
Signature
Valerie Aber, Attomey-fn-Fact
Name and Title
Address: 301 it 4th Street
Cincinnati OH 45202
Telephone Number: 888-518-8011
*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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 31 J Nichok Street
102416
006213-3
PERFORMANCE BOND
Page 3 of
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH 311 Nichols Street
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 102416
A NOTARY PUBLIC OR OTHER OFFICER COMPLETING THIS CERTIFICATE VERIFIES ONLY THE IDENTITY OF THE INDIVIDUAL WHO SIGNED THE
DOCUMENT TO WHICH THIS CERTIFICATE IS ATTACHED, AND NOT THE TRUTHFULNESS, ACCURACY, OR VALIDITY OF THAT DOCUMENT
STATE OF AR I Z ONA tt
COUNTY OF MARI COPA I ss.
k
ON (� BEFORE ME, Joshua Ferman
PERSONALLY APPEARED VALERIE ABER, A'I'TORNE'Y-IN--FACT
WHO PROVED TO ME ON THE BASIS OF SATISFACTORY EVIDENCE TO
BE THE PERSON(S) WHOSE NAME(S) IS/ARE SUBSCRIBED TO THE
WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT
HE/SHEITHEY EXECUTED THE SAME IN HIS/HER/THEIR AUTHORIZED
CAPACITY(IES) AND THAT BY HISIHER/THEIR SIGNATURE(S) ON THE
INSTRUMENT THE PERSON(S), OR THE ENTITY UPON BEHALF OF
WHICH THE PERSON(S) ACTED, EXECUTED THE INSTRUMENT.
I CERTIFY UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE
STATE OF ARIZONA THAT THE FOREGOING PARAGRAPH IS TRUE
AND CORRECT,
WITIVESS MyHAA'D AND OFFICIAL SEAL.
SlGNATLIRE
---�
r J4St-t14 , f� Ap N
�£;� tavtasY FU�iiC PA COU-'4TY
p, NIARICO �, 5G12G7
I~ ;',CTtlf5li551 w d^3
THIS AREA FOR OFFICIAL NOTORIAL SEAL
GREAT AMERICAN INSURANCE COMPANY®
Administrative Office; 301 E 4TH STREET 6 CINCINNATI, OHIO 45202 • 513-369-5000 i FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than one
Bond No, E386906
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attomey-in-
fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, the specific bond, undertaking or contract of suretyship referenced
herein; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed
the limit stated below. The bond number on this Power ofAttomey must match the bond number on the bond to which it is attached or it is invalid.
Name Address Limit of Power
Valerie Aber 2424 W Missouri Ave $105,249.75
Phoenix, AZ 85015-2205
IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seat hereunto affixed this 20th day of February 1 2020
Attest GREATAMERICAN INSURANCE COMPANY
$,,� g
y�$
Assistant Secretary Divisional Senior Vice President
STATE OF OHIO, COUNTY OF HAMILTON - ss; DAVID C. KI7cHIN (877-377-2405)
On this loth day of February 2020 , before me personally appeared DAVID C. KITCHIN, to me
known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal
affixed to the said instrument is such corporate seat; that it was so affixed by authority ofhis office under the By -Laws ofsaid Company, and that he signed his
name thereto by like authority.
t i ,
This Power ofAttomey is granted by authority of the following resolutions adopted by the Board of Directors ofGreat American Insurance Company
by unanimous written consent dated June 9, 2008.
RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents, Divisional trice Presidents and Divisonal Assistant Fice
Presidents, or any one of thern, be and hereby is aurhori�ed from time to time, to appoint one Or more Attorneys -in -Fact to execute on behalf of the Company,
as surely, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof,- to prescribe their respective duties and
the respective limits oftheir authoKry and to revoke any such appointment at anv time.
RESOLVED FURTHER: That the Coinpanv seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Conrpcuiv may be qffixed by facsimile to any polver of attorney or certificate of either given for the execution of Cary bond, undertaking, contract of suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Company, to be valid and binding upoir the Company with the same force and effect as though manually af%zred.
CERTIFICATION
I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in futi force and effect.
Signed and seated this 20th day of February , 2020
g�� b
Assistant 5ecrelary
S11940t6115t
0062 14- 1
PAYMENT BOND
Page 1 of 2
Bond l�a.E386906
1 SECTION 04 62 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Keystone Development LLC known as
9 "Principal" herein, and Great American insurance Company
,a
10 corporate surety ( or sureties if more than one), duly authorized to do business in the State of
I Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
1.2 Developer, Nichols Trinity LLC , authorized to do business in Texas "(Developer"), and the
13 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One -Hundred
14 and Five Thousand Two Hundred Fo -Nine and Seventy -Five Cents Dollars ($ 105��249. 75 ),
15 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the
16 payment of which sum well and truly be made jointly unto the Developer and the City as dual
17 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
l8 and severally, firmly by these presents:
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth, by and through a Community Facilities
21 Agreement, CFA Number 20-0006 ; and
22 WHEREAS, Principal has entered into a certain written Contract with Developer,
23 awarded the 11 th day of August 20 17 which Contract is hereby
24 referred to and made a 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 as provided for in said Contract and designated as Cityscape Arts Apartments,
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
31 force and effect.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 311 Nichols Street
Revised January 31, 2012 102416
1
z
3
4
5
6
7
8
9
10
11
12
13
0062 14-2
PAYMENT BOND
Page 2 of 2
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 statute.
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 20th day of
February 20 20 .
ATTEST:
(Principal) Secretary
A.
Witness as to Principal
ATTEST:
N/A
(Surety) Secretary
Witness as to Surety
PRINCIPAL:
Keystone Development Lt_C
B Y:
BY:
�- �Ny-- e--�, 1 -��
Name and Tit --��~
Address: 2310 N Henderson Unit 538
Dallas TX 75206
SURETY:
Great American Insurance Com and __i
Signature
Valerie Aber Attorney -In -Fact
Name and Title
Address: 301 E 4th Street
Cincinnati, OH 45202
Telephone Number: 888-518-8011
Note: If signed by an officer of the 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.
14 END OF SECTION
CITY OF FORT WORTH
STANDARD CITY CONDITIONS -- DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
311 Nichols Street
102416
A NOTARY PUBLIC OR OTHER OFFICER COMPLETING THIS CERTIFICATE VERIFIES ONLY THE IDENTITY OF THE INDIVIDUAL WHO SIGNED THE
DOCUMENT TO WHICH THIS CERTIFICATE IS ATTACHED, AND NOT THE TRUTHFULNESS, ACCURACY, OR VALIDITY OF THAT DOCUMENT
STATE OF ARI ZONA
COUNTYOF MARICOPA SS.
ON toll� BEFORE ME, Joshua Ferman
PERSONALLY APPEARED VALERIE ABER, TTQRNEy_ IN_ F'A T
WHO PROVED TO ME ON THE BASIS OF SATISFACTORY EVIDENCE TO
BE THE PERSON(S) WHOSE NAME(S) IS/ARE SUBSCRIBED TO THE
WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT
HE/SHEPIHEY EXECUTED THE SAME IN HIS/HER/THEIR AUTHORIZED
CAPACITY(IES) AND THAT BY HIS/HER/THEIR SIGNATURE(S) ON THE
INSTRUMENT THE PERSON(S), OR THE ENTITY UPON BEHALF OF
WHICH THE PERSON(S) ACTED, EXECUTED THE INSTRUMENT.
FER
ti ,QF#l1A
I CERTIFY UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE
[xPim% April 12.
STATE OF ARIZONA THAT THE FOREGOING PARAGRAPH IS TRUE
AND CORRECT.
111ITNESS MY HAND AIVD OFFICI,4L SEAL.
SIGNATURE
THIS AREA FOR OFFICIAL NOTORIAL SEAL
GREAT AMERICAN INSURANCE COMPANY'S
Administrative Office: $01 E 4TH STREET r CINCINNATI, OHIO 45202 + 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than one
Bond No. E386906
POWER OF ATTORNEY
KNOW ALL MEN BYTHESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons, named below its true and lawful attomey-in-
fact, for it and in its name, place and stead to execute on behal f of the said Company, as surety, the specific bond, undertaking or contract ofsuretyship referenced
herein; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed
the limit stated below. The bond number on this Power of Attorney must match the bond number on the bond to which it is attached or it is invalid.
Name Address Limit of Power
Valerie Aber 2424 W Missouri Arse $105,249.75
Phoenix, AZ 85015-2205
IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 20th day of February 1 2020
Attest GREATAMERICAN INSURANCE COMPANY
NS
Assis€am Secretary Divisional Senior Vice President
STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID D. KITCH N (B77-377-2405)
On this loth day of February 2020 , before me personally appeared DAVID C. KITCHIN, to me
known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal
affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his
name thereto by like authority.
This Power ofAnorucy is granted by authority ofthe following resolutions adopted by the Board of Directors of Great American Insurance Company
by unanimous written consent dated June 9, 2008.
RESOLVED: That the Divisional President, the several Divisional Senior vice Presidents, Divisional lice Presidents and Divisonal Assistant Vice
Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company,
as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof- to prescribe their respective duties and
the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the
Compam may be aftted by facsimile to arty power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of the Compa" to be valid and binding upon the Company with the same force and effect as though manually affixed
CERTIFICATION
1, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect.
Signed and sealed this 20th day of February , 2020
ib5/P47
tVra
Assistant Secretary
S71940 (6/15)
00 62 19 - I
MAINTENANCE BOND
Page i of 3
1 SECTION 00 62 19
2 MAINTENANCE BOND
' Bond Number: E386912
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS;
6 COUNTY OF TARRANT §
7
8 That we Keystone Development LLC , known as
9 "Principal" herein and Great American Insurance Company , a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Nichols
12 Trinity LLC, authorized to do business in Texas ("Developer") and the City of Port Worth, a
13 Texas municipal corporation ("City"), in the sum of one -hundred and five thousand two hundred
14 forty_ -nine and seventy-five cents Dollars ($ ,105,249.75 ), lawful money of the United States, to
15 be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made
16 jointly unto the Developer and the City as dual obliges and their successors, we bind ourselves,
17 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
18 presents.
19
20 WHEREAS, Developer and City have entered into an Agreement for the construction of
21 community facilities in the City of Fort Worth by and through a Community Facilities
22 Agreement, CFA Number 20-0006; and
23
24
25
26
27
28
29
30
31
32
33
34
WHEREAS, the Principal has entered into a certain written contract with the Developer
awarded the 11th day of August
20 17 ,which Contract is
hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
materials, equipment labor and other accessories as defined by law, in the prosecution of the
Work, including any Work resulting from a duly authorized Change Order (collectively herein,
the "Work") as provided for in said Contract and desi g nated as . A Apartment Arts
artments ;and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will
remain free from defects in materials or workmanship for and during the period of two (2) years
after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 311 Nichols Street
Revised January 31, 2012
102416
0062 19-2
MAINTENANCE BOND
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
I I noticed defective Work, it is agreed that the Developer or City may cause any and all such
I2 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 311 Nichols Street
Revised January 31, 2012
102416
006219-3
MAINTENANCE BOND
Page 3 oF3
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 20th day of February
3 , 20 20 .
5
6
7
8
9
10
1.1 ATTEST:
12
13
14 (Principal) S cretary,
I5
16
17
18 2
19 Zog r-o
20 Witness as to Principal
21
22
23
24
25
26
27
28
29 ATTEST:
30
31jN11it32edretary
33
3435 as4 urety
36
PRINCIPAL:
Keystone De opment LLC
BY.
Signature
Name alrAhTitle
Address: 2310 N Henderson Unit 538
-Dallas, TX 75206
SURETY:
Great American Insurance Com,pa_ ny
BY:
Signature -
Valerie Aber, Attorney -In -Fact
Name and Title
Address: 301 E 4TH STREET
CINCINNAT!, OHIO 45202
Telephone Number: 888-518-8011
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40
Hill
42
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH 311 Nichols Street
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS I02416
Revised January 31, 2012
A NOTARY PUBLIC OR OTHER OFFICER COMPLETING THIS CERTIFICATE VERIFIES ONLY THE IDENTITY OF THE INDIVIDUAL WHO SIGNED THE
DOCUMENT TO WHICH THIS CERTIFICATE IS ATTACHED, AND NOT THE TRUTHFULNESS, ACCURACY, OR VALIDITY OF THAT DOCUMENT
STATE OF ARI ZONA
COUNTY OF MAR I CO PA SS.
ON 2a BEFORE ME,
JOSHUA FERMAN
PERSONALLY APPEARED VALERIE ABER, ATTORNEY—TN—FArT
WHO PROVED TO ME ON THE BASIS OF SATISFACTORY EVIDENCE TO
BE THE PERSON(S) WHOSE NAME(S) IS/ARE SUBSCRIBED TO THE
WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT
HE/SHE/THEY EXECUTED THE SAME IN IHS/HER/THEIR AUTHORIZED
CAPACITY(IES) AND THAT BY HIS/HER/THEIR SIGNATURE(S) ON THE
INSTRUMENT THE PERSON(S), OR THE ENTITY UPON BEHALF OF
WHICH THE PERSON(S) ACTED, EXECUTED THE INSTRUMENT.
I CERTIFY UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE
STATE OF ARIZONA THAT THE FOREGOING PARAGRAPH IS TRUE
AND CORRECT.
YI"ITNESS J14Y HAND AND OFFICIAL SEAL,
SIGNATURE
j I! r; I�UllitC 5iateGfRriznna
AROFA COUNiY
Gf 726Cammissiasb7
\0 ExairesApril 12, 2023
THIS AREA FOR OFFICIAL NOTORIAL SEAL
GREAT AMERICAN INSURANCE COMPANr
Administrative Officia: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 O FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than one
Bond No. E386912
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under
and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attomey-in-
fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, the specific bond, undertaking or contract of suretyship referenced
herein; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed
the limit stated below. The bond number on this Power of Attorney trust match the bond number on the bond to which it is attached or it is invalid.
Name Address Limit of Power
Valerie Aber 2424 W Missouri Ave $105249.75—
Phoenix, AZ 85015-2205
IN WITNESS WHEREOF the GREATAMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 24th day of February, 1 2020
Attest GREATAMERICAN INSURANCE COMPANY
� 9
Assistant Secretary•
Divisional Senior Vice President
STATE OF OHIO, COUNTY OF HAMILTON - ss: DAVID C. KITCHIN (877-377.2405)
On this 24th day of February 2020 before me personally appeared DAVID C. KITCHIN, to me
known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he [snows the seat of the said Company, that the seal
affixed to the said instrtunent is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his
name thereto by like authority.
&lsaltA.Wag
NIftypawswc(ow
This Power ofAttomev is granted by authority of the following resolutions adopted by the Board ofBirectors of Great American Insurance Company
by unanimous written consent dated .tune 9, 2008.
RESOLVED: That rite Divisional President, the several Divisiatral Senior irce Presidents, Divisional Vice Presidents and Divisonal Assistant Tice
Preside)7ts, or any one of them, be and hereby is authorised, front lime to tune, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company,
as surety, arty and all bonds, undertakings and contracts ofsttretyship, or other written obligations in the nahre thereof,• to prescribe their respective duties and
the respective limits oftheir atrthorloj ; and to revoke any such appoinunent at any time.
RESOLVED FURTHER. That the Conrparry seal and the signature ofany of the aforesaid officers and any Secretary or Assistant Secretary of the
Company> may be affixed by facsimile to arty power of attorney or certicate of either given for the execution of any bond, undertaking, contract of suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such
officer and the original seal of tine Conrpalty, to be valid and binding upon the Company with the same force and effect as though manually gffived.
CERTIFICATION
1, STEPHEN C. BERAHA, Assistant Secretary of Great American lima ance Company, do hereby certify that the foregoing Power ofAttomey and
the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and at-4- -now in full force and effect.
Signed and sealed this 24th day of February 2020
Assistant Secretary
51194C {6/15}
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects [Insert Project Number]
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer’s opinion, acceptance will require substantial revision of the
original design
d. In the City’s or Developer’s opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
01 31 19 - 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
01 31 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
01 31 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 31 20 - 1
DAP PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
[Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.]
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
3. Attendees
01 31 20 - 2
DAP PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
01 31 20 - 3
DAP PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 16 - 1
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 32 16
CONSTRUCTION PROGRESS SCHEDULE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
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
A. Definitions
1. Schedule Tiers
a. Tier 1 - No schedule submittal required by contract. Small, brief duration
projects
b. Tier 2 - No schedule submittal required by contract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3 - Schedule submittal required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
projects
d. Tier 4 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or complex projects with long durations
1) Examples: large water pump station project and associated pipeline with
interconnection to another governmental entity
e. Tier 5 - Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal of a progress schedule documenting
progress on the project and any changes anticipated.
01 32 16 - 2
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and known issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Worth
Schedule Guidance Document.
2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resulting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. Whenever it becomes apparent from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract completion
date will not be met, or when so directed by the City, make some or all of the
following actions at no additional cost to the City
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
outlining:
1) A written statement of the steps intended to take to remove or arrest the
delay to the critical path in the approved schedule
2) Increase construction manpower in such quantities and crafts as will
substantially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combination
of the foregoing, sufficiently to substantially eliminate the backlog of work
4) Reschedule activities to achieve maximum practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. If no written statement of the steps intended to take is submitted when so requested
by the City, the City may direct the Contractor to increase the level of effort in
manpower (trades), equipment and work schedule (overtime, weekend and holiday
work, etc.) to be employed by the Contractor in order to remove or arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work will be considered.
01 32 16 - 3
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Contract completion date must be
supplemented with the following:
1) Furnish justification and supporting evidence as the City may deem
necessary to determine whether the requested extension of time is entitled
under the provisions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
writing thereof.
2) If the City finds that the requested extension of time is entitled, the City's
determination as to the total number of days allowed for the extensions
shall be based upon the approved total baseline schedule and on all data
relevant to the extension.
a) Such data shall be included in the next updating of the Progress
schedule.
b) Actual delays in activities which, according to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therein.
2. Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for which a time extension is requested but
before the date of final payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to time, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, unavoidable delays on the part of the City or its
representatives, and other unforeseeable conditions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor to reschedule the
work or Contract completion time to reflect the changed conditions and the
Contractor shall revise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for unavoidable overall contract time
extensions beyond the actual completion of unaffected work, in which
case the Contractor shall take all possible action to minimize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as the amount of time between the earliest start date
and the latest start date or between the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slack time is not for the exclusive use or benefit of either the
Contractor or the City.
b. Proceed with work according to early start dates, and the City shall have the
right to reserve and apportion float time according to the needs of the project.
01 32 16 - 4
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
c. Acknowledge and agree that actual delays, affecting paths of activities
containing float time, will not have any effect upon contract completion times,
providing that the actual delay does not exceed the float time associated with
those activities.
E. Coordinating Schedule with Other Contract Schedules
1. Where work is to be performed under this Contract concurrently with or contingent
upon work performed on the same facilities or area under other contracts, the
Baseline Schedule shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference between the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as final.
b. The temporary delay of any work due to such circumstances shall not be
considered as justification for claims for additional compensation.
1.5 SUBMITTALS
A. Baseline Schedule
1. Submit Schedule in native file format and pdf format as required in the City of Fort
Worth Schedule Guidance Document.
a. Native file format includes:
1) Primavera (P6 or Primavera Contractor)
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthly no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative monthly no later than the last day of the month.
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
01 32 16 - 5
DAP CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 45 23 - 1
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another form of distribution approved
by the City.
01 45 23 - 2
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised August 30, 2013
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
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised JULY 1, 2011
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 34 71 13 – Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor’s responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City’s Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 58 13 - 1
DAP TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
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 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City’s Standard
Details for project signs.
01 58 13 - 2
DAP TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
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 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 58 13 - 3
DAP TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M. Domenech Revised for DAP application
01 60 00 - 1
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is located on Buzzsaw as follows:
1. Resources\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]
01 60 00 - 2
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor’s operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor’s personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor’s operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Specified Remobilization” in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23 - 1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Certificates
1. Provide certificate certifying that elevations and locations of improvements are in
conformance or non-conformance with requirements of the Contract Documents.
a. Certificate must be sealed by a registered professional land surveyor in the
State of Texas.
01 71 23 - 2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
B. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the City.
2. Coordination
a. Contact City’s Project Representative at least 2 weeks in advance for
scheduling of Construction Staking.
b. It is the Contractor’s responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes furnished by
City.
b. If in the opinion of the City, a sufficient number of stakes or markings have
been lost, destroyed or disturbed, by Contractor’s neglect, such that the
contracted Work cannot take place, then the Contractor will be required to pay
the City for new staking with a 25 percent markup. The cost for staking will be
deducted from the payment due to the Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the City.
2. Coordination
a. Contractor to verify that control data established in the design survey remains
intact.
b. Coordinate with the City prior to field investigation to determine which
horizontal and vertical control data will be required for construction survey.
c. It is the Contractor’s responsibility to coordinate Construction Survey such that
construction activities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
1) City shall perform replacements and/or restorations.
3. General
a. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work as it progresses for Project Records.
b. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey to obtain construction features, including but not
limited to the following:
1) All Utility Lines
a) Rim and flowline elevations and coordinates for each manhole or
junction structure
2) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Every 250 linear feet
01 71 23 - 3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
(2) Horizontal and vertical points of inflection, curvature, etc. (All
Fittings)
(3) Cathodic protection test stations
(4) Sampling stations
(5) Meter boxes/vaults (All sizes)
(6) Fire lines
(7) Fire hydrants
(8) Gate valves
(9) Plugs, stubouts, dead-end lines
(10) Air Release valves (Manhole rim and vent pipe)
(11) Blow off valves (Manhole rim and valve lid)
(12) Pressure plane valves
(13) Cleaning wyes
(14) Casing pipe (each end)
b) Storm Sewer
(1) Top of pipe elevations and coordinates at the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
c) Sanitary Sewer
(1) Top of pipe elevations and coordinates for sanitary sewer lines at
the following locations:
(a) Every 250 linear feet
(b) Horizontal and vertical points of inflection, curvature, etc.
(c) Cleanouts
c. Construction survey will be performed in order to maintain complete and
accurate logs of control and survey work associated with meeting or exceeding
the line and grade required by these Specifications.
d. The Contractor will need to ensure coordination is maintained with the City to
perform construction survey and to verify control data, including but not
limited to the following:
1) Established benchmarks and control points provided for the Contractor’s
use are accurate
2) Benchmarks were used to furnish and maintain all reference lines and
grades for tunneling
3) Lines and grades were used to establish the location of the pipe
4) Submit to the City copies of field notes used to establish all lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the line and
grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the work and
the correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to City.
9) If the installation does not meet the specified tolerances, immediately notify
the City and correct the installation in accordance with the Contract
Documents.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
4/7/2014 M.Domenech Revised for DAP Application
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number]
Revised April 7, 2014
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
02 41 15 - 1
PAVING REMOVAL
Page 1 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
SECTION 02 41 15
PAVING REMOVAL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Removing concrete paving, asphalt paving and brick paving
2. Removing concrete curb and gutter
3. Removing concrete valley gutter
4. Milling roadway paving
5. Pulverization of existing pavement
6. Disposal of removed materials
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 11 33 - Cement Treated Base Courses
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Remove Concrete Paving: measure by the square yard from back-to-back of
curbs.
b. Remove Asphalt Paving: measure by the square yard between the lips of
gutters.
c. Remove Brick Paving: measure by the square yard.
d. Remove Concrete Curb and Gutter: measure by the linear foot.
e. Remove Concrete Valley Gutter: measure by the square yard
f. Wedge Milling: measure by the square yard for varying thickness.
g. Surface Milling: measure by the square yard for varying thickness.
h. Butt Milling: measured by the linear foot.
i. Pavement Pulverization: measure by the square yard.
j. Remove Speed Cushion: measure by each.
2. Payment
a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
02 41 15 - 2
PAVING REMOVAL
Page 2 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging,
cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to
execute work. For utility projects, this Item shall be considered subsidiary to
the trench and no other compensation will be allowed.
d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work. For utility projects, this Item shall be considered subsidiary to the trench
and no other compensation will be allowed.
e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work.
f. Wedge Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
g. Surface Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
h. Butt Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
i. Pavement Pulverization: full compensation for all labor, material, equipment,
tools and incidentals necessary to pulverize, remove and store the pulverized
material, undercut the base, mixing, compaction, haul off, sweep, and dispose
of the undercut material.
j. Remove speed cushion: full compensation for removal, hauling, disposal,
tools, equipment, labor, and incidentals needed to execute the work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
k. No payment for saw cutting of pavement or curbs and gutters will be made
under this section. Include cost of such work in unit prices for items listed in
bid form requiring saw cutting.
l. No payment will be made for work outside maximum payment limits indicated
on plans, or for pavements or structures removed for CONTRACTOR's
convenience.
1.3 REFERENCES
A. ASTM International (ASTM):
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
02 41 15 - 3
PAVING REMOVAL
Page 3 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT [NOT USED]
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 EXAMINATION [NOT USED]
3.2 INSTALLERS [NOT USED]
3.3 PREPARATION
A. General:
1. Mark paving removal limits for City approval prior to beginning removal.
2. Identify known utilities below grade - Stake and flag locations.
3.4 PAVEMENT REMOVAL
A. General.
1. Exercise caution to minimize damage to underground utilities.
2. Minimize amount of earth removed.
3. Remove paving to neatly sawed joints.
4. Use care to prevent fracturing adjacent, existing pavement.
B. Sawing
1. Sawing Equipment.
a. Power-driven.
b. Manufactured for the purpose of sawing pavement.
c. In good operating condition.
d. Shall not spall or fracture the pavement structure adjacent to the removal area.
2. Sawcut perpendicular to the surface to full pavement depth, parallel and
perpendicular to existing joint.
3. Sawcut parallel to the original sawcut in square or rectangular fashion.
4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw
joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that
joint, edge or lip.
5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new,
neat, straight line for the purpose of removing the damaged area.
C. Remove Concrete Paving and Concrete Valley Gutter
1. Sawcut: See 3.4.B.
2. Remove concrete to the nearest expansion joint or vertical saw cut.
02 41 15 - 4
PAVING REMOVAL
Page 4 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
D. Remove Concrete Curb and Gutter
1. Sawcut: See 3.4.B.
2. Minimum limits of removal: 30 inches in length.
E. Remove Asphalt Paving
1. Sawcut: See 3.4.B.
2. Remove pavement without disturbing the base material.
3. When shown on the plans or as directed, stockpile materials designated as
salvageable at designated sites.
4. Prepare stockpile area by removing vegetation and trash and by providing for
proper drainage.
F. Milling
1. General
a. Mill surfaces to the depth shown in the plans or as directed.
b. Do not damage or disfigure adjacent work or existing surface improvements.
c. If milling exposes smooth underlying pavement surfaces, mill the smooth
surface to make rough.
d. Provide safe temporary transition where vehicles or pedestrians must pass over
the milled edges.
e. Remove excess material and clean milled surfaces.
f. Stockpiling of planed material will not be permitted within the right of way
unless approved by the City.
g. If the existing base is brick and cannot be milled, remove a 5 foot width of the
existing brick base. See 3.3.G. for brick paving removal.
2. Milling Equipment
a. Power operated milling machine capable of removing, in one pass or two
passes, the necessary pavement thickness in a five-foot minimum width.
b. Self-propelled with sufficient power, traction and stability to maintain accurate
depth of cut and slope.
c. Equipped with an integral loading and reclaiming means to immediately
remove material cut from the surface of the roadway and discharge the cuttings
into a truck, all in one operation.
d. Equipped with means to control dust created by the cutting action.
e. Equipped with a manual system providing for uniformly varying the depth of
cut while the machine is in motion making it possible to cut flush to all inlets,
manholes, or other obstructions within the paved area.
f. Variable Speed in order to leave the specified grid pattern.
g. Equipped to minimize air pollution.
3. Wedge Milling and Surface Milling
a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter
at a depth of 2 inches and transitioning to match the existing pavement (0-inch
cut) at a minimum width of 5 feet.
b. Surface Mill existing asphalt pavement to the depth specified,
c. Provide a milled surface that provides a uniform surface free from gouges,
ridges, oil film, and other imperfections of workmanship with a uniform
textured appearance.
02 41 15 - 5
PAVING REMOVAL
Page 5 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
d. In all situations where the existing H.M.A.C. surface contacts the curb face, the
wedge milling includes the removal of the existing asphalt covering the gutter
up to and along the face of curb.
e. Perform wedge or surface milling operation in a continuous manner along both
sides of the street or as directed.
4. Butt Joint Milling
a. Mill butt joints into the existing surface, in association with the wedge milling
operation.
b. Butt joint will provide a full width transition section and a constant depth at the
point where the new overlay is terminated.
c. Typical locations for butt joints are at all beginning and ending points of streets
where paving material is removed. Prior to the milling of the butt joints,
consult with the City for proper location and limits of these joints.
d. Butt Milled joints are required on both sides of all railroad tracks and concrete
valley gutters, bridge decks and culverts and all other items which transverse
the street and end the continuity of the asphalt surface.
e. Make each butt joint 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch.
f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse
items.
g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
G. Remove Brick Paving
1. Remove masonry paving units to the limits specified in the plans or as directed by
the City.
2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile
yard at 3300 Yuma Street or as directed.
H. Pavement Pulverization
1. Pulverization
a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33.
b. Temporarily remove and store the 8-inch deep pulverized material, then cut the
base 2 inches.
c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface.
2. Cement Application
a. Use 3.5% Portland cement.
b. See Section 32 11 33.
3. Mixing: see Section 32 11 33.
4. Compaction: see Section 32 11 33.
5. Finishing: see Section 32 11 33.
6. Curing: see Section 32 11 33.
7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel:
a. Undercut not required
b. Pulverize 10 inches deep.
c. Remove 2-inch the total pulverized amount.
02 41 15 - 6
PAVING REMOVAL
Page 6 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
I. Remove speed cushion
1. Scrape or sawcut speed cushion from existing pavement without damaging existing
pavement.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A – modified payment requirements on utility projects
2/2/2016 F. Griffin 1.2.A.2.b. – Removed duplicate last sentence.
26 05 00 - 1
COMMON WORK RESULTS FOR ELECTRICAL
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
SECTION 26 05 00
COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. All labor, materials and equipment required to install, test and provide an
operational, electrical system as specified and as shown on the Drawings
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. Electrical Facilities
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the lump sum price bid for “Electrical Facilities”.
c. The price bid shall include:
1) Furnishing and installing a complete electrical system
2) Wire
3) Cable
4) Conduit and related hardware
5) Supports
6) Excavation
7) Furnishing, placement and compaction of backfill
8) Hauling
9) Clean-up
2. Furnish and Install Electrical Service
a. Measurement
1) Measurement for electrical service shall be per each type and size furnished
and installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid for “Furnish/Install Electrical
Service” shall be made at the price bid per each type and size installed.
c. The price bid shall include all aspects of completing the installation of electrical
service including, but not limited to:
1) Conduit
26 05 00 - 2
COMMON WORK RESULTS FOR ELECTRICAL
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
2) Pole risers
3) Meter base
4) Breaker box
5) Breakers
6) Coordination with Electrical Service Provider
3. Install Electrical Service
a. Measurement
1) Measurement for electrical service shall be per each type and size installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid for “Install Electrical Service”
shall be made at the price bid per each type and size installed.
c. The price bid shall include all aspects of completing the installation of electrical
service including, but not limited to:
1) Conduit
2) Pole risers
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Underwriters Laboratories, Inc. (UL)
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Where references are made to the Related Work paragraph in each Specification
Section, referring to other Sections and other Divisions of the Specifications, the
Contractor shall provide such information or Work as may be required in those
references, and include such information or Work as may be specified.
2. Division 26 requirements apply to electrical work provided under any division of
the Specifications
B. Service and Metering
1. Obtain service from the electric service provider at 120/240 Volts, Single Phase,
Three Wire, 60 Hz from transformer equipment furnished and installed by the
power company.
2. Power company responsibilities
a. Furnishing and installing the primary overhead conductors and pole line
b. Furnishing and installing the transformer or riser pole, primary cutouts,
lightning arresters and grounding
c. Furnishing and installing primary conduits and cables
d. Furnishing and installing the transformer pad and grounding (if pad-mounted
transformer)
e. Furnishing and installing transformer
f. Terminating underground primary cables
g. Furnishing metering current transformers (CT's), meter and meter wiring
h. Terminating secondary cables to the service transformer
26 05 00 - 3
COMMON WORK RESULTS FOR ELECTRICAL
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
i. Furnishing meter base and enclosure
3. Contractor responsibilities
a. Furnishing and installing secondary conduits and cables
b. Furnishing and installing power company approved metering current
transformer enclosure (if required by power company)
c. Installing meter base
d. Furnishing and installing an empty conduit with pull line from the metering
current transformer enclosure to the meter enclosure. Conduit size and type
approved by the power company
e. Coordinating electrical service installation with power company
4. City responsibilities
a. Negotiating with power company for the costs of new or revised services
b. Making payment directly to power company for such costs
C. Codes, Inspections and Fees
1. Obtain all necessary permits and pay all fees required for permits and inspections.
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
A. Materials and Equipment
1. New, except where specifically identified on the Drawings to be reused.
2. UL listed, where such listing exists.
3. Electrical service
a. Service type shall be as shown on the Drawings.
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY
A. Manufacturer Warranty
1. Manufacturer’s warranties are specified in each of the Specification Sections.
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Interpretation of Drawings
26 05 00 - 4
COMMON WORK RESULTS FOR ELECTRICAL
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
1. Coordinate the conduit installation with other trades and the actual supplied
equipment.
2. Where circuits are shown as home runs: Provide fittings and boxes for complete
raceway installation.
3. Verify exact locations and mounting heights of lighting fixtures, switches and
receptacles prior to installation.
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Phase Balancing
1. Connect circuits on motor control centers and panelboards to result in evenly
balanced loads across all phases.
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
A. Tests and Settings
1. Test systems and equipment furnished under Division 26.
2. Repair or replace all defective work.
3. Make adjustments to the systems as specified and/or required.
4. Prior to energizing electrical equipment, make all tests required by the individual
Specification sections.
a. Submit a sample test form or procedure.
b. Submit the required test reports and data within 30 days after the test.
c. Include names of all test personnel.
d. Initial each test.
5. Check wire and cable terminations for tightness.
6. Verify all terminations at transformers, equipment, capacitor connections, panels,
and enclosures by producing a 1 2 3 rotation on a phase sequence motor when
connected to A, B, and C phases.
7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches,
motor starters, and control equipment.
8. Check interlocking, control and instrument wiring for each system and/or part of a
system to prove that the system will function properly as indicated by schematic
and wiring diagrams.
9. Schedule and coordinate testing with the City at least 2 weeks in advance.
10. Provide qualified test personnel, instruments and test equipment.
11. Refer to the individual equipment Sections for additional specific testing
requirements.
26 05 00 - 5
COMMON WORK RESULTS FOR ELECTRICAL
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Added installation only pay item for electrical services
26 05 33 - 1
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 1 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 26 05 33
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Furnish and install complete raceway systems as shown on the Drawings and as
specified herein.
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 26 05 43 – Underground Ducts and Raceways for Electrical Systems
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists
a. Measurement
1) This Item is considered subsidiary to Electrical Facilities.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to Electrical Facilities and shall be subsidiary to the
lump sum price bid for Electrical Facilities, and no other compensation will
be allowed.
2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists
a. Measurement
1) Measurement for conduit shall be per linear foot of the size, installation
method, and type of conduit installed.
2) Limits of measurement for conduit are from center to center between
ground boxes or poles, a combination of the two or to the termination point.
b. Payment
1) Payment for conduit shall be made at the price bid per linear foot of the
size, installation method, and type of conduit installed.
c. The price bid shall include:
1) Installation of Conduit and Related Hardware including, but not limited to:
a) Elbows
b) Couplings
c) Weatherheads
3. Conduit Boxes, when a bid item for Electrical Facilities exists
a. Measurement
1) This Item is considered subsidiary to Electrical Facilities.
b. Payment
26 05 33 - 2
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 2 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to Electrical Facilities and shall be subsidiary to the
lump sum price bid for Electrical Facilities, and no other compensation will
be allowed.
4. Conduit Boxes, when no bid item for Electrical Facilities exists
a. Measurement
1) Measurement for this Item shall be per each Conduit Box installed per
location of installation.
b. Payment
1) The work performed and materials furnished in accordance to this Item
shall be paid for at the unit price bid for “Conduit Box” installed.
c. The price bid shall include:
1) Furnishing and installing the Conduit Box
2) Excavation
3) Furnishing, placement and compaction of backfill
4) Clean-up
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American National Standards Institute, Inc. (ANSI).
a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum
Conduit (ERAC).
3. National Electrical Manufacturers Association (NEMA).
a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum).
b. C80.1, Electrical Rigid Steel Conduit.
c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit.
d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and
Tubing.
e. TC-7, Smooth-Walled Coilable Electrical Polyethylene Conduit.
4. National Fire Protection Association (NFPA)
a. 70 – National Electrical Code (NEC).
1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC.
2) Chapter 9, Tables.
5. Underwriters Laboratories (UL)
a. 6, Electrical Rigid Metal Conduit – Steel.
b. 514B, Conduit, Tubing and Cable Fittings.
c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit.
B. All equipment components and completed assemblies specified in this Section of the
Specifications shall bear the appropriate label of UL.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
26 05 33 - 3
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 3 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
A. Product Data
1. Submit to the City, in accordance with Division 1, the manufacturers' names and
product designation or catalog numbers of all materials specified.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Refer to Specification Section 01 60 00 for listing of approved manufacturers
for all materials.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Handling: In accordance with manufacturer's instructions.
2. Storage
a. In accordance with manufacturer's instructions
b. Not exposed to sunlight
c. Completely covered
3. Materials showing signs of previous or jobsite exposure will be rejected.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
A. No separate warranty on conduit.
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 CONDUIT
A. Liquidtight Steel Flexible Metal Conduit
1. Interlocked steel core
2. PVC jacket rated for 80 degrees Celsius
3. Complies with NEC Article 350
4. Fittings
5. Extruded from 6063 T-1 alloy
6. Maximum 0.1 percent copper content
7. Conform to:
a. ANSI C80.5
b. UL-6
B. Rigid Steel Conduit
1. Hot dip galvanized
2. Threads: Hot galvanized after cutting
26 05 33 - 4
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 4 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
3. Conforms to:
a. NEMA C80.1
C. Rigid PVC Schedule 80 Conduit
1. Designed for use above ground and underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled
4. Conforms to:
a. NEMA TC-2
b. UL 651
5. Fittings conform to:
a. NEMA TC-3
b. UL 514B
D. Rigid PVC Schedule 40 Conduit
1. Designed for use underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled.
4. Conforms to:
a. NEMA TC-2
b. UL 651
5. Fittings conform to:
a. NEMA TC-3
b. UL 514B
E. High Density Polyethylene (HDPE) Conduit
1. Designed for use underground as described in the NEC
2. Resistant to sunlight
3. UL Labeled
4. Conforms to:
a. UL 651A
b. UL 651B
c. NEMA TC-7
F. Raceway Boxes
1. Use: Exposed raceway systems only
2. Boxes for underground systems: Refer to Section 26 05 43.
3. Box size
a. Distance between each raceway entry inside the box and the opposite wall: Not
be less than 6 times the trade size of the largest raceway in a row.
b. Distance shall be increased for additional entries by the amount of the sum of
the diameters of all other raceway entries in the same row on the same wall of
the box.
c. Each row calculated individually, and the single row that provides the
maximum distance used to size box.
2.3 ACCESSORIES
A. Conduit Outlet Bodies
26 05 33 - 5
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 5 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1. Up to and including 2-1/2 inches
a. Conduit outlet bodies and covers: Galvanized steel
b. Captive screw-clamp cover
c. Neoprene gasket
d. Stainless steel screws and clamps
2. Larger than 2-1/2 inches
a. Use junction boxes.
B. Conduit Hubs
1. Watertight
2. Threaded galvanized steel
3. Insulated throat
4. Stainless steel grounding screw
C. Grounding Bushings
1. Insulated lay-in lug grounding bushings
2. Tin-plated copper grounding path
3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees
Celsius
4. Plastic insert cap each bushing
5. Lug size: Sufficient to accommodate maximum ground wire size required by the
NEC for the application
D. Raceway Sealant
1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures
where shown or specified
E. Conduit Penetration Seals
1. Use for conduit wall and floor seals
F. Conduit and related hardware
1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule
40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters'
Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the
Drawings.
2. Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside.
3. Weather heads shall be made of aluminum and may be the threaded or the clamp on
type.
G. Expansion/Deflection Fittings
1. Use
a. Embedded in concrete
b. Exposed
2. Description
a. Internal grounding
b. 4 inch movement
c. Stainless steel/cast iron
H. Expansion Fittings
26 05 33 - 6
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 6 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1. Galvanized steel
2. 8 inch movement
3. Internal grounding
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
A. Interface with Other Work
1. Coordinate the placement of conduit and related components with other trades and
existing installations.
B. Unless shown on the Drawings or specified otherwise, the conduit type installed with
respect to the location shall be as follows:
1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE
2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE
3. Exposed: Rigid galvanized steel
4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal
Conduit
C. Box Applications
1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the
location in which they are installed.
2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings:
Galvanized steel
3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or
enclosure is prohibited
D. Conduit Outlet Bodies Applications
1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used,
except where junction boxes are shown or otherwise specified
2. Conduits larger than 2-1/2 inches: Use junction boxes
E. Conduit Hub Applications
1. Unless specifically stated herein or described on the Drawings, all raceways shall
terminate at an outlet with a conduit hub. Locknut or double locknut terminations
will not be permitted.
F. Insulated Grounding Bushing Applications
1. Use: Terminate raceways at bottom entry to pad-mounted electrical equipment or
switchgear, if there is no wall or floor pan on which to anchor or terminate the
raceway.
26 05 33 - 7
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 7 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. Other raceways: Terminate on enclosures with a conduit hub.
3. Grounding bushing caps: Remain on the bushing until the wire is ready to be
pulled.
G. Conduit Fittings Applications
1. Combination expansion deflection fittings: Install where conduits cross structure
expansion joints, on conduit transitions from underground to above ground, and
where installed in exposed conduit runs such that the distance between expansion-
deflection fittings does not exceed 150 feet of conduit run.
2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on
the exposed side of conduit transitions from underground to above ground, where
the earth has been disturbed to a depth of more than 10 feet.
H. Conduit Penetration Seals Applications
1. Conduit wall seals: Use where underground conduits penetrate walls or at other
locations shown on the Drawings
2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at
other locations shown on the Drawings
I. Conduit Tag Applications
1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor
penetrations.
2. Tag all underground conduits and ducts at all locations, exiting and entering from
underground, including manholes and handholes.
J. Raceway Installation
1. No conduit smaller than 1¼ inch electrical trade size.
2. No more than the equivalent of 3 - 90 degree bends in any 1 run.
3. Do not pull wire until the conduit system is complete in all details.
4. Install all underground raceways in accordance with Section 26 05 43.
5. Where raceways enter or leave the raceway system, where the raceway origin or
termination, could be subjected to the entry of moisture, rain or liquid of any type,
particularly where the termination of such raceways terminate in any equipment,
new or existing at a lower elevation, such raceways shall be tightly sealed, using
watertight sealant (Duxseal or equal), at the higher elevation, both before and after
the installation of cables, such that there shall be no entry of water or moisture to
the Raceway System at any time. Any damage to new or existing equipment, due to
the entrance of moisture from unsealed raceways, shall be corrected by complete
replacement of such equipment, at no cost to the City. Cleaning or drying of such
damaged equipment will not be acceptable.
6. Conduit supports, for other than for underground raceways: Space at intervals of 8
feet or less as required to obtain rigid construction.
7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back
plates, to raise conduits from the surface.
8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal
members and threaded hanger rods not less than 3/8 inch in diameter.
9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to
provide a minimum of 1/2 inch clearance between wall and equipment.
26 05 33 - 8
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 8 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
10. Conduit hangers: Attach to structural steel by means of beam or channel clamps.
Use concrete inserts of the spot type where attached to concrete surfaces.
11. Conduits on exposed work
a. Install at right angles to and parallel with the surrounding wall.
b. Conform to the form of the ceiling.
c. No diagonal runs.
d. Provide concentric bends in parallel conduit runs.
e. Install conduit perfectly straight and true.
12. Conduits terminated into enclosures: Install perpendicular to the walls where
flexible liquidtight or rigid conduits are required.
a. Do not use short sealtight elbow fittings for such terminations, except for
connections to instrumentation transmitters where multiple penetrations are
required.
13. Use insulated throat grounding bushings for conduits containing equipment
grounding conductors and terminating in boxes. Connect grounding conductors to
the box.
14. Install conduits using threaded fittings. Do not use running threads.
15. PVC conduit: Use glued type conduit fittings.
16. HDPE conduit: Use fittings by same manufacturer as conduit.
17. Liquidtight flexible steel conduit
a. Primary and secondary of transformers
b. Generator terminations
c. Other equipment where vibration is present
d. Connections to instrumentation transmitters, where multiple penetrations are
required
e. Do not use in other locations.
f. Maximum length: Not greater than that of a factory manufactured long radius
elbow of the conduit size being used
g. Maximum bending radius: Not less than that shown in the NEC Chapter 9,
Table 2, “Other Bends”.
h. Do not use BX or AC type prefabricated cables.
18. Conduits passing through openings in walls or floor slabs: Seal remaining openings
against the passage of flame and smoke.
19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing
bushings.
20. Raceways terminating in Control Panels or boxes containing electrical equipment
a. Do not install to enter from the top of the panel or box.
b. Seal with a watertight sealant: Duxseal or equal
21. Conduit
a. The Contractor will be required to coordinate with all local utility companies,
long distance communication companies, City utilities, railroad companies, and
Dig Tess if applicable, to ascertain exact locations of conflicting underground
services.
b. The location of conduits and ground boxes are diagrammatic only and may be
shifted by the Inspector to accommodate field conditions.
c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores.
26 05 33 - 9
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 9 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as
measured from the intended target point for bores.
e. The use of a pneumatically driven device for punching holes beneath the
pavement (commonly known as a "missile") will not be permitted.
f. Conduit installed for future use shall have a non-metallic, nylon type pull string
and shall be capped using standard weather tight conduit caps, as approved by
the Inspector.
g. The Contractor shall place duct seal or foam at the ends of all conduit where
conductors and/or cables are present.
h. New Conduit
1) All underground conduit shall be schedule 40 PVC conduit.
2) All conduit or raceways above ground shall be rigid metal.
3) All conduit and fittings shall be of the sizes and types shown on the
Drawings.
4) Each section of conduit shall bear evidence of approval by Underwriter's
Laboratories.
5) Conduit terminating in posts or pedestal bases shall not extend vertically
more than 3 inches above the concrete foundation.
6) Field bends in conduit shall have a minimum radius of 12 diameters of the
nominal size of the conduit.
7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and
couplings made tight. PVC conduit shall be joined by the solvent--weld
method in accordance with the conduit manufacturer's recommendations.
8) No reducer couplings shall be used unless specifically indicated on the
Drawings.
9) Conduit and fittings shall have burrs and rough places smoothed and shall
be clean and free of obstructions before the cable is installed.
10) Field cuts shall be made with a hacksaw only, and shall be square and true
so that the ends will butt or come together for the full diameter thereof.
a) In no case shall a cutting torch be used to cut or join conduit.
11) Slip joints or running threads will not be permitted for coupling conduit
unless approved by the Inspector.
12) When a standard coupling cannot be used, an approved union coupling
shall be used and shall provide a water-tight coupling between the conduit.
13) Couplings shall be properly installed to bring their ends of connected
conduit together to produce a good rigid connection throughout the entire
length of the conduit run.
14) Where the coating on a rigid metal conduit run has been damaged in
handling or installation, such damaged parts shall be thoroughly painted
with rust preventive paint.
15) Ends of conduits shall be capped or plugged until installation of the wire is
complete.
16) Upon request by the Inspector, the Contractor shall draw a full-size metal
wire brush, attached by swivel joint to a pull tape, through the metal
conduit to insure that the conduit is clean and free from obstructions.
17) Conduits shall be placed in an open trench at a minimum 24 inches (612
mm) depth below the curb grade in the sidewalk areas, or 18 inches (450
mm) below the finished street grade in the street area.
26 05 33 - 10
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 10 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
18) Conduit placed for concrete encasement shall be secured and supported in
such a manner that the alignment will not be disturbed during placement of
the concrete.
a) No concrete shall be placed until all of the conduit ends have been
capped and all box openings closed.
19) PVC conduit, which is to be placed under existing pavement, sidewalks,
and driveways, shall be placed by first providing a void through which the
PVC conduit shall be inserted.
a) The void may be made by boring.
b) Use of water or other fluids in connection with the boring operation
will be permitted only to lubricate cuttings.
c) Water jetting will not be permitted.
20) If it is determined by the Inspector that it is impractical to place the conduit
by boring as outlined above due to unforeseen obstructions, written
permission may be granted by the Traffic Services Manager or designee for
the Contractor to cut the existing pavement.
21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the
curb or the outside edge of the shoulder.
a) The boring method used shall not interfere with the operation of streets,
highways, or other facilities, and shall not weaken or damage any
embankment structure, or pavement.
22) Backfill - Compaction & Density Test for All Ditchlines
a) All ditchlines within paving areas of existing and proposed streets and
within 2 feet (600 mm) back of curb are to be mechanically tamped.
b) All tamping is to be density controlled to 90 percent standard proctor
density at optimum moisture content and no greater than 5 percent
optimum or less than 2 percent below optimum.
c) All backfill material is to be select native material, 6 inches (150 mm)
diameter clods and smaller.
d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400
mm) lifts with densities being taken for each 1feet (300 mm) of
compacted material on offsetting stations of 50 feet (15.9 M).
23) Provide adequately bent conduit and properly excavate so as to prevent
damage to the conduit or conductor by a bend radius which is too short.
24) All conduit runs shall be continuous and of the same material (metal only
or PVC only).
25) Where tying into existing conduit, the Contractor must continue with the
same material (metal to metal or PVC to PVC).
26) Each length of galvanized rigid metal conduit, where used, shall be reamed
and threaded on each end and couplings shall be made up tight.
27) White-lead paint or equal shall be used on threads of all joints.
28) Metal conduit and fittings shall have the burrs and rough places smoothed.
29) Where the coating on a metal conduit run has been damaged in handling or
installation, such damaged parts shall be thoroughly painted with rust
preventive paint.
i. Existing Conduit
1) Prior to pulling cable in existing underground conduit, the conduit shall be
cleaned with a mandrel or cylindrical wire brush and blown out with
compressed air.
26 05 33 - 11
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 11 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2) If conduit appears to be blocked, the Contractor shall make an attempt to
clear the conduit by rodding (The Contractor will not receive extra
compensation for rodding).
3) If the existing conduit cannot be used, the Contractor may be required to
repair and/or replace this conduit as directed by the Engineer.
a) Repair of this conduit will be paid for as "extra work" on a Change
Order.
4) The Inspector shall be notified prior to disconnection or removal of any
existing cable.
22. Conduits from external sources entering or leaving a multiple compartment
enclosure: Stub up into the bottom horizontal wireway or other manufacturer
designated area, directly below the vertical section in which the conductors are to
be terminated.
23. Conduits entering from cable tray: Stub into the upper section.
24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or
NEMA 7.
25. Conduit identification platens
a. Install on all power, instrumentation, alarm and control conduits at each end of
the run and at intermediate junction boxes and manholes.
b. Install conduit plates before conductors are pulled into conduits.
c. Coordinate exact identification plate location with the City at the time of
installation to provide uniformity of placement and ease of reading.
26. Pull mandrels through all existing conduits that will be reused and through all new
conduits 2 inches in diameter and larger prior to installing conductors.
27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or
designated for future equipment.
28. Install conduit to drain away from the equipment served. If conduit drainage is not
possible, use conduit seals to plug the conduits at the point of attachment to the
equipment
29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings,
present or future, in floor or ceiling construction.
30. Do not use running threads.
31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated
spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal
32. Locate conduits a minimum of 3 inches from steam or hot water piping.
a. Where crossings are unavoidable, locate conduit at least 1 inch from the
covering of the pipe crossed.
33. Conduits terminating at a cable tray
a. Support independently from the cable tray.
b. Provide conduit support within 1-feet of the cable tray.
c. Weight of the conduit not supported by cable tray
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
26 05 33 - 12
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
Page 12 of 12
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
32 11 23 - 1
FLEXIBLE BASE COURSES
Page 1 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 32 11 23
FLEXIBLE BASE COURSES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Foundation course for surface course or for other base course composed of flexible
base constructed in one or more courses in conformity with the typical section.
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. Measurement
a. Measurement for this Item will be by the square yard of Flexible Base Course
for various:
1) Depths
2) Types
3) Gradations
2. Payment
a. 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
bid per square yard of Flexible Base Course.
3. The price bid shall include:
a. Preparation and correction of subgrade
b. Furnishing of material
c. Hauling
d. Blading
e. Sprinkling
f. Compacting
1.3 REFERENCES
A. Definitions
1. RAP – Recycled Asphalt Pavement.
B. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. ASTM International (ASTM):
32 11 23 - 2
FLEXIBLE BASE COURSES
Page 2 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
3. Texas Department of Transportation (TXDOT):
a. Tex-104-E, Determining Liquid Limits of Soils
b. Tex-106-E, Calculating the Plasticity Index of Soils
c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils
d. Tex-110-E, Particle Size Analysis of Soils
e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible
Base Material
f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials
g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium
Sulfate
h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION 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]
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS
A. General
1. Furnish uncontaminated materials of uniform quality that meet the requirements of
the Drawings and specifications.
2. Obtain materials from approved sources.
3. Notify City of changes to material sources.
4. The City may sample and test project materials at any time before compaction
throughout the duration of the project to assure specification compliance.
B. Aggregate
1. Furnish aggregate of the type and grade shown on the Drawings and conforming to
the requirements of Table 1.
2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and
wet ball mill for the grade specified.
3. Do not use additives such as but not limited to lime, cement, or fly ash to modify
aggregates to meet the requirements of Table 1, unless shown on the Drawings.
32 11 23 - 3
FLEXIBLE BASE COURSES
Page 3 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
Table 1
Material Requirements
Property Test Method Grade 1 Grade 2
Master gradation sieve
size (% retained)
Tex-110-E
2-1/2 in. – 0
1-3/4 in. 0 0–10
7/8 in. 10–35 –
3/8 in. 30–50 –
No. 4 45–65 45–75
No. 40 70–85 60–85
Liquid limit, % max.1 Tex-104-E 35 40
PlastiCity index, max.1 Tex-106-E 10 12
Wet ball mill, % max.2
Tex-116-E
40 45
Wet ball mill, % max.
increase passing the
No. 40 sieve
20 20
Classification3
Tex-117-E
1.0 1.1–2.3
Min. compressive
strength3, psi
lateral pressure 0 psi 45 35
lateral pressure 15 psi 175 175
1. Determine plastic index in accordance with Tex-107-E (linear
shrinkage) when liquid limit is unattainable as defined in
Tex-104-E.
2. When a soundness value is required by the Drawings, test
material in accordance with Tex-411-A.
3. Meet both the classification and the minimum compressive
strength, unless otherwise shown on the Drawings.
4. Material Tolerances
a. The City may accept material if no more than 1 of the 5 most recent gradation
tests has an individual sieve outside the specified limits of the gradation.
b. When target grading is required by the Drawings, no single failing test may
exceed the master grading by more than 5 percentage points on sieves No. 4
and larger or 3 percentage points on sieves smaller than No. 4.
c. The City may accept material if no more than 1 of the 5 most recent plasticity
index tests is outside the specified limit. No single failing test may exceed the
allowable limit by more than 2 points.
5. Material Types
a. Do not use fillers or binders unless approved.
b. Furnish the type specified on the Drawings in accordance with the following:
1) Type A
a) Crushed stone produced and graded from oversize quarried aggregate
that originates from a single, naturally occurring source.
b) Do not use gravel or multiple sources.
2) Type B
a) Only for use as base material for temporary pavement repairs.
b) Do not exceed 20 percent RAP by weight unless shown on Drawings.
3) Type D
a) Type A material or crushed concrete.
b) Crushed concrete containing gravel will be considered Type D
material.
32 11 23 - 4
FLEXIBLE BASE COURSES
Page 4 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
c) The City may require separate dedicated stockpiles in order to verify
compliance.
d) Crushed concrete must meet the following requirements:
(1) Table 1 for the grade specified.
(2) Recycled materials must be free from reinforcing steel and other
objectionable material and have at most 1.5 percent deleterious
material when tested in accordance with TEX-413-A.
C. Water
1. Furnish water free of industrial wastes and other objectionable matter.
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
A. General
1. Shape the subgrade or existing base to conform to the typical sections shown on the
Drawings or as directed.
2. When new base is required to be mixed with existing base:
a. Deliver, place, and spread the new flexible base in the required amount.
b. Manipulate and thoroughly mix the new base with existing material to provide
a uniform mixture to the specified depth before shaping.
B. Subgrade Compaction
1. Proof roll the roadbed before pulverizing or scarifying in accordance with the
following:
a. Proof Rolling
1) City Project Representative must be on-site during proof rolling operations.
2) Use equipment that will apply sufficient load to identify soft spots that rut
or pump.
a) Acceptable equipment includes fully loaded single-axle water truck
with a 1500 gallon capacity.
3) Make at least 2 passes with the proof roller (down and back = 1 pass).
4) Offset each trip by at most 1 tire width.
5) If an unstable or non-uniform area is found, correct the area.
b. Correct
1) Soft spots that rut or pump greater than 3/4 inch
2) Areas that are unstable or non-uniform
2. Installation of base material cannot proceed until compacted subgrade approved by
the City.
3.4 INSTALLATION
A. General
32 11 23 - 5
FLEXIBLE BASE COURSES
Page 5 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1. Construct each layer uniformly, free of loose or segregated areas, and with the
required density and moisture content.
2. Provide a smooth surface that conforms to the typical sections, lines, and grades
shown on the Drawings or as directed.
3. Haul approved flexible base in clean, covered trucks.
B. Equipment
1. General
a. Provide machinery, tools, and equipment necessary for proper execution of the
work.
2. Rollers
a. The Contractor may use any type of roller to meet the production rates and
quality requirements of the Contract unless otherwise shown on the Drawings
or directed.
b. When specific types of equipment are required, use equipment that meets the
specified requirements.
c. Alternate Equipment.
1) Instead of the specified equipment, the Contractor may, as approved,
operate other compaction equipment that produces equivalent results.
2) Discontinue the use of the alternate equipment and furnish the specified
equipment if the desired results are not achieved.
d. City may require Contractor to substitute equipment if production rate and
quality requirements of the Contract are not met.
C. Placing
1. Spread and shape flexible base into a uniform layer by approved means the same
day as delivered unless otherwise approved.
2. Place material such that it is mixed to minimize segregation.
3. Construct layers to the thickness shown on the Drawings, while maintaining the
shape of the course.
4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more
courses of equal thickness.
5. Minimum lift depth: 3 inches
6. Control dust by sprinkling.
7. Correct or replace segregated areas as directed.
8. Place successive base courses and finish courses using the same construction
methods required for the first course.
D. Compaction
1. General
a. Compact using density control unless otherwise shown on the Drawings.
b. Multiple lifts are permitted when shown on the Drawings or approved.
c. Bring each layer to the moisture content directed. When necessary, sprinkle the
material to the extent necessary to provide not less than the required density.
d. Compact the full depth of the subbase or base to the extent necessary to remain
firm and stable under construction equipment.
2. Rolling
32 11 23 - 6
FLEXIBLE BASE COURSES
Page 6 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
a. Begin rolling longitudinally at the sides and proceed towards the center,
overlapping on successive trips by at least 1/2 the width of the roller unit.
b. On superelevated curves, begin rolling at the low side and progress toward the
high side.
c. Offset alternate trips of the roller.
d. Operate rollers at a speed between 2 and 6 mph as directed.
e. Rework, recompact, and refinish material that fails to meet or that loses
required moisture, density, stability, or finish before the next course is placed or
the project is accepted.
f. Continue work until specification requirements are met.
g. Proof roll the compacted flexible base in accordance with the following:
1) Proof Rolling
a) City Project Representative must be on-site during proof rolling
operations.
b) Use equipment that will apply sufficient load to identify soft spots that
rut or pump.
(1) Acceptable equipment includes fully loaded single-axle water truck
with a 1500 gallon capacity.
c) Make at least 2 passes with the proof roller (down and back = 1 pass).
d) Offset each trip by at most 1 tire width.
e) If an unstable or non-uniform area is found, correct the area.
2) Correct
a) Soft spots that rut or pump greater than 3/4 inch.
b) Areas that are unstable or non-uniform.
3. Tolerances
a. Maintain the shape of the course by blading.
b. Completed surface shall be smooth and in conformity with the typical sections
shown on the Drawings to the established lines and grades.
c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4
inch in cross section in length greater than 16 feet measured longitudinally by
loosening, adding or removing material. Reshape and recompact by sprinkling
and rolling.
d. Correct all fractures, settlement or segregation immediately by scarifying the
areas affected, adding suitable material as required. Reshape and recompact by
sprinkling and rolling.
e. Should the subbase or base course, due to any reason, lose the required
stability, density and finish before the surfacing is complete, it shall be
recompacted at the sole expense of the Contractor.
4. Density Control
a. Minimum Density: 95 percent compaction as determined by ASTM D698.
b. Moisture content: minus 2 to plus 4 of optimum.
E. Finishing
1. After completing compaction, clip, skin, or tight-blade the surface with a
maintainer or subgrade trimmer to a depth of approximately 1/4 inch.
2. Remove loosened material and dispose of it at an approved location.
3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic
tire roller until a smooth surface is attained.
4. Add small increments of water as needed during rolling.
32 11 23 - 7
FLEXIBLE BASE COURSES
Page 7 of 7
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
5. Shape and maintain the course and surface in conformity with the typical sections,
lines, and grades as shown on the Drawings or as directed.
6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4
inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire
width of the cross-section.
7. Correct by loosening, adding, or removing material.
8. Reshape and recompact in accordance with 3.4.C.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 QUALITY CONTROL
A. Density Test
1. City to measure density of flexible base course.
a. Notify City Project Representative when flexible base ready for density testing.
b. Spacing directed by City (1 per block minimum).
c. City Project Representative determines location of density testing.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
32 13 13 - 1
CONCRETE PAVING
Page 1 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 32 13 13
CONCRETE PAVING
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes:
1. Finished pavement constructed of portland cement concrete including
monolithically poured curb on the prepared subgrade or other base course.
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 01 29 - Concrete Paving Repair
4. Section 32 13 73 - Concrete Paving Joint Sealants
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement
1. Measurement
a. Measurement for this Item shall be by the square yard of completed and
accepted Concrete Pavement in its final position as measured from back of curb
for various:
1) Classes
2) Thicknesses
2. Payment
a. The work performed and materials furnished in accordance with this Item will
be paid for at the unit price bid per square yard of Concrete Pavement.
3. The price bid shall include:
a. Shaping and fine grading the placement area
b. Furnishing and applying all water required
c. Furnishing, loading and unloading, storing, hauling and handling all concrete
ingredients including all freight and royalty involved
d. Mixing, placing, finishing and curing all concrete
e. Furnishing and installing all reinforcing steel
f. Furnishing all materials and placing longitudinal, warping, expansion, and
contraction joints, including all steel dowels, dowel caps and load transmission
units required, wire and devices for placing, holding and supporting the steel
bar, load transmission units, and joint filler material in the proper position; for
coating steel bars where required by the Drawings
g. Sealing joints
h. Monolithically poured curb
i. Cleanup
32 13 13 - 2
CONCRETE PAVING
Page 2 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete
Reinforcement
b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the
Field
c. C33, Concrete Aggregates
d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete
Specimens
e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed
Beams of Concrete
f. C94/C94M, Standard Specifications for Ready-Mixed Concrete
g. C150, Portland Cement
h. C156, Water Retention by Concrete Curing Materials
i. C172, Standard Practice for Sampling Freshly Mixed Concrete
j. C260, Air Entraining Admixtures for Concrete
k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2
l. C494, Chemical Admixtures for Concrete, Types “A”, “D”, “F” and “G”
m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral
Admixture in Concrete
n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for
Concrete
o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic-
Cement Concrete
p. C1602, Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete.
q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort
(12,400 ft-lbf/ft3)
3. American Concrete Institute (ACI):
a. ACI 305.1-06 Specification for Hot Weather Concreting
b. ACI 306.1-90, Standard Specification for Cold Weather Concreting
c. ACI 318
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Mix Design: submit for approval. See Item 2.4.A.
32 13 13 - 3
CONCRETE PAVING
Page 3 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
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 CONDITIONS
A. Weather Conditions
1. Place concrete when concrete temperature is between 40 and 100 degrees when
measured in accordance with ASTM C1064 at point of placement.
2. Hot Weather Concreting
a. Take immediate corrective action or cease paving when the ambient
temperature exceeds 95 degrees.
b. Concrete paving operations shall be approved by the City when the concrete
temperature exceeds 100 degrees. See Standard Specification for Hot Weather
Concreting (ACI 305.1-06).
3. Cold Weather Concreting
a. Do not place when ambient temp in shade is below 40 degrees and falling.
Concrete may be placed when ambient temp is above 35 degrees and rising or
above 40 degrees.
b. Concrete paving operations shall be approved by the City when ambient
temperature is below 40 degrees. See Standard Specification for Cold Weather
Concreting (ACI 306.1-90).
B. Time: Place concrete after sunrise and no later than shall permit the finishing of the
pavement in natural light, or as directed by the City.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS
A. Cementitious Material: ASTM C150.
B. Aggregates: ASTM C33.
C. Water: ASTM C1602.
D. Admixtures: When admixtures are used, conform to the appropriate specification:
1. Air-Entraining Admixtures for Concrete: ASTM C260.
2. Chemical Admixtures for Concrete: ASTM C494, Types “A”, “D”, “F” and “G.”
3. Fly Ash
a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete:
ASTM C618.
b. Fly ash may be substituted at one pound per pound of cement up to 25% of the
specified cement content when such batch design is approved by the Engineer.
32 13 13 - 4
CONCRETE PAVING
Page 4 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
E. Steel Reinforcement: ASTM A615.
F. Steel Wire Reinforcement: Not used for concrete pavement.
G. Dowels and Tie Bars
1. Dowel and tie bars: ASTM A615.
2. Dowel Caps
a. Provide dowel caps with enough range of movement to allow complete closure
of the expansion joint.
b. Caps for dowel bars shall be of the length shown on the Drawings and shall
have an internal diameter sufficient to permit the cap to freely slip over the bar.
c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
and one end of the cap shall be rightly closed.
3. Epoxy for Dowel and Tie Bars: ASTM C881.
a. See following table for approved producers of epoxies and adhesives
Pre-Qualified Producers of Epoxies and Adhesives
Product Name Producer
Concresive 1420 BASF
HTE-50 Hilti
T 308 + Powers Fasteners
P E 1000+ Powers Fasteners
C-6 Ramset-Redhead
Epcon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
Shep-Poxy TxIII CMC Construction Services
Ultrabond 1300 Tubes Adhesives Technology
Ultrabone 2300 N.S. A-22-2300
Slow Set Adhesives Technology
Dynapoxy EP-430 Pecora Corp.
EDOT Simpson Strong Tie
ET22 Simpson Strong Tie
SET 22 Simpson Strong Tie
SpecPoxy 3000FS SpecChem
b. Epoxy Use, Storage and Handling
1) Package components in airtight containers and protect from light and
moisture.
2) Include detailed instructions for the application of the material and all
safety information and warnings regarding contact with the components.
3) Epoxy label requirements
a) Resin or hardener components
b) Brand name
c) Name of manufacturer
32 13 13 - 5
CONCRETE PAVING
Page 5 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d) Lot or batch number
e) Temperature range for storage
f) Date of manufacture
g) Expiration date
h) Quantity contained
4) Store epoxy and adhesive components at temperatures recommended by the
manufacturer.
5) Do not use damaged or previously opened containers and any material that
shows evidence of crystallization, lumps skinning, extreme thickening, or
settling of pigments that cannot be readily dispersed with normal agitation.
6) Follow sound environmental practices when disposing of epoxy and
adhesive wastes.
7) Dispose of all empty containers separately.
8) Dispose of epoxy by completely emptying and mixing the epoxy before
disposal
H. Reinforcement Bar Chairs
1. Reinforcement bar chairs or supports shall be of adequate strength to support the
reinforcement bars and shall not bend or break under the weight of the
reinforcement bars or Contractor’s personnel walking on the reinforcing bars.
2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or
plastic.
3. For approval of plastic chairs, representative samples of the plastic shall show no
visible indications of deterioration after immersion in a 5-percent solution of
sodium hydroxide for 120-hours.
4. Bar chairs may be rejected for failure to meet any of the requirements of this
specification.
I. Joint Filler
1. Joint filler is the material placed in concrete pavement and concrete structures to
allow for the expansion and contraction of the concrete.
2. Wood Boards: Used as joint filler for concrete paving.
a. Boards for expansion joint filler shall be of the required size, shape and type
indicated on the Drawings or required in the specifications.
1) Boards shall be of selected stock of redwood or cypress. The boards shall
be sound heartwood and shall be free from sapwood, knots, clustered
birdseyes, checks and splits.
2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall
be sufficiently rigid to permit ease of installation.
3) Boards shall be furnished in lengths equal to the width between
longitudinal joints, and may be furnished in strips or scored sheet of the
required shape.
3. Dimensions. The thickness of the expansion joint filler shall be shown on the
Drawings; the width shall be not less than that shown on the Drawings, providing
for the top seal space.
4. Rejection. Expansion joint filler may be rejected for failure to meet any of the
requirements of this specification.
J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73.
32 13 13 - 6
CONCRETE PAVING
Page 6 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
K. Curing Materials
1. Membrane-Forming Compounds.
a. Conform to the requirements of ASTM C309, Type 2, white pigmented
compound and be of such nature that it shall not produce permanent
discoloration of concrete surfaces nor react deleteriously with the concrete.
b. The compound shall produce a firm, continuous uniform moisture-impermeable
film free from pinholes and shall adhere satisfactorily to the surfaces of damp
concrete.
c. It shall, when applied to the damp concrete surface at the specified rate of
coverage, dry to touch in 1 hour and dry through in not more than 4 hours under
normal conditions suitable for concrete operations.
d. It shall adhere in a tenacious film without running off or appreciably sagging.
e. It shall not disintegrate, check, peel or crack during the required curing period.
f. The compound shall not peel or pick up under traffic and shall disappear from
the surface of the concrete by gradual disintegration.
g. The compound shall be delivered to the job site in the manufacturer's original
containers only, which shall be clearly labeled with the manufacturer's name,
the trade name of the material and a batch number or symbol with which test
samples may be correlated.
h. When tested in accordance with ASTM C156 Water Retention by Concrete
Curing Materials, the liquid membrane-forming compound shall restrict the loss
of water present in the test specimen at the time of application of the curing
compound to not more than 0.01-oz.-per-2 inches of surface.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Mix Design
1. Concrete Mix Design and Control
a. At least 10 calendar days prior to the start of concrete paving operations, the
Contractor shall submit a design of the concrete mix it proposes to use and a
full description of the source of supply of each material component.
b. The design of the concrete mix shall produce a quality concrete complying with
these specifications and shall include the following information:
1) Design Requirements and Design Summary
2) Material source
3) Dry weight of cement/cubic yard and type
4) Dry weight of fly ash/cubic yard and type, if used
5) Saturated surface dry weight of fine and coarse aggregates/cubic yard
6) Design water/cubic yard
7) Quantities, type, and name of admixtures with manufacturer's data sheets
8) Current strength tests or strength tests in accordance with ACI 318
9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates
and date of tests
10) Fineness modulus of fine aggregate
11) Specific Gravity and Absorption Values of fine and coarse aggregates
12) L.A. Abrasion of coarse aggregates
c. Once mix design approved by City, maintain intent of mix design and
maximum water to cement ratio.
32 13 13 - 7
CONCRETE PAVING
Page 7 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. No concrete may be placed on the job site until the mix design has been
approved by the City.
2. Quality of Concrete
a. Consistency
1) In general, the consistency of concrete mixtures shall be such that:
a) Mortar shall cling to the coarse aggregate
b) Aggregate shall not segregate in concrete when it is transported to the
place of deposit
c) Concrete, when dropped directly from the discharge chute of the mixer,
shall flatten out at the center of the pile, but the edges of the pile shall
stand and not flow
d) Concrete and mortar shall show no free water when removed from the
mixer
e) Concrete shall slide and not flow into place when transported in metal
chutes at an angle of 30 degrees with the horizontal
f) Surface of the finished concrete shall be free from a surface film or
laitance
2) When field conditions are such that additional moisture is needed for the
final concrete surface finishing operation, the required water shall be
applied to the surface by hand sprayer only and be held to a minimum
amount.
3) The concrete shall be workable, cohesive, possess satisfactory finishing
qualities and be of the stiffest consistency that can be placed and vibrated
into a homogeneous mass.
4) Excessive bleeding shall be avoided.
5) If the strength or consistency required for the class of concrete being
produced is not secured with the minimum cement specified or without
exceeding the maximum water/cement ratio, the Contractor may use, or the
City may require, an approved cement dispersing agent (water reducer); or
the Contractor shall furnish additional aggregates, or aggregates with
different characteristics, or the Contractor may use additional cement in
order to produce the required results.
6) The additional cement may be permitted as a temporary measure, until
aggregates are changed and designs checked with the different aggregates
or cement dispersing agent.
7) The Contractor is solely responsible for the quality of the concrete
produced.
8) The City reserves the right to independently verify the quality of the
concrete through inspection of the batch plant, testing of the various
materials used in the concrete and by casting and testing concrete cylinders
or beams on the concrete actually incorporated in the pavement.
b. Standard Class
1) Unless otherwise shown on the Drawings or detailed specifications, the
standard class for concrete paving for streets and alleys is shown in the
following table:
32 13 13 - 8
CONCRETE PAVING
Page 8 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
Standard Classes of Pavement Concrete
Class of
Concrete1
Minimum
Cementitious,
Lb./CY
28 Day Min.
Compressive,
Strength2
psi
Maximum
Water/
Cementitious,
Ratio
Course
Aggregate
Maximum
Size
inch
P 517 3600 0.49 1-1/2
H 564 4500 0.45 1-1/2
1. All exposed horizontal concrete shall have entrained-air.
2. Minimum Compressive Strength Required.
2) Machine-Laid concrete: Class P
3) Hand-Laid concrete: Class H
c. High Early Strength Concrete (HES)
1) When shown on the Drawings or allowed, provide Class HES concrete for
very early opening of pavements area or leaveouts to traffic.
2) Design class HES to meet the requirements of class specified for concrete
pavement and a minimum compressive strength of 2,600 psi in 24 hours,
unless other early strength and time requirements are shown on the
Drawings allowed.
3) No strength overdesign is required.
Standard Classes of Pavement Concrete
Class of
Concrete1
Minimum
Cementitious
Lb./CY
28 Day Min.
Compressive
Strength2
psi
Maximum
Water/
Cementitious
Ratio
Course
Aggregate
Maximum
Size,
inch
HES 564 4500 0.45 1-1/2
d. Slump
1) Slump requirements for pavement and related concrete shall be as specified
in the following table:
Concrete Pavement Slump Requirements
Concrete Use Recommended
Design
and Placement
Slump,
inch
Maximum
Acceptable
Placement
Slump,
inch
Slip-Form/Form-Riding Paving 1-1/2 3
Hand Formed Paving 4 5
Sidewalk, Curb and Gutter, Concrete
Valley Gutter and Other Miscellaneous
Concrete
4 5
2) No concrete shall be permitted with slump in excess of the maximums
shown.
32 13 13 - 9
CONCRETE PAVING
Page 9 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
3) Any concrete mix failing to meet the above consistency requirements,
although meeting the slump requirements, shall be considered
unsatisfactory, and the mix shall be changed to correct such unsatisfactory
conditions.
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Equipment
1. All equipment necessary for the construction of this item shall be on the project.
2. The equipment shall include spreading devices (augers), internal vibration,
tamping, and surface floating necessary to finish the freshly placed concrete in such
a manner as to provide a dense and homogeneous pavement.
3. Machine-Laid Concrete Pavement
a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms
that are uniformly supported on a very firm subbase to prevent sagging under
the weight of machine.
b. Slip-Form Paver
1) Slip-form paving equipment shall be provided with traveling side forms of
sufficient dimensions, shape and strength so as to support the concrete
laterally for a sufficient length of time during placement.
2) City may reject use of Slip-Form Paver if paver requires over-digging and
impacts trees, mailboxes or other improvements.
4. Hand-Laid Concrete Pavement
a. Machines that do not incorporate these features, such as roller screeds or
vibrating screeds, shall be considered tools to be used in hand-laid concrete
construction, as slumps, spreading methods, vibration, and other procedures are
more common to hand methods than to machine methods.
5. City may reject equipment and stop operation if equipment does not meet
requirements.
B. Concrete Mixing and Delivery
1. Transit Batching: shall not be used – onsite mixing not permitted
2. Ready Mixed Concrete
a. The concrete shall be produced in an approved method conforming to the
requirements of this specification and ASTM C94/C94M. City shall have access
ready mix to get samples of materials.
b. City shall have access to ready mix plant to obtain material samples.
c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate
Procedure 2:
1) As the mixer is being emptied, individual samples shall be taken after the
discharge of approximately 15 percent and 85 percent of the load.
32 13 13 - 10
CONCRETE PAVING
Page 10 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2) The method of sampling shall provide that the samples are representative of
widely separated portions, but not from the very ends of the batch.
d. The mixing of each batch, after all materials are in the drum, shall continue until
it produces a thoroughly mixed concrete of uniform mass as determined by
established mixer performance ratings and inspection, or appropriate uniformity
tests as described in ASTM C94.
e. The entire contents of the drum shall be discharged before any materials are
placed therein for the succeeding batch.
f. Retempering or remixing shall not be permitted.
3. Delivery
a. Deliver concrete at an interval not exceeding 30 minutes or as determined by
City to prevent cold joint.
4. Delivery Tickets
a. For all operations, the manufacturer of the concrete shall, before unloading,
furnish to the purchaser with each batch of concrete at the site a delivery ticket
on which is printed, stamped, or written, the following information to determine
that the concrete was proportioned in accordance with the approved mix design:
1) Name of concrete supplier
2) Serial number of ticket
3) Date
4) Truck number
5) Name of purchaser
6) Specific designation of job (name and location)
7) Specific class, design identification and designation of the concrete in
conformance with that employed in job specifications
8) Amount of concrete in cubic yards
9) Time loaded or of first mixing of cement and aggregates
10) Water added by receiver of concrete
11) Type and amount of admixtures
C. Subgrade
1. When manipulation or treatment of subgrade is required on the Drawings, the work
shall be performed in proper sequence with the preparation of the subgrade for
pavement.
2. The roadbed shall be excavated and shaped in conformity with the typical sections
and to the lines and grades shown on the Drawings or established by the City.
3. All holes, ruts and depressions shall be filled and compacted with suitable material
and, if required, the subgrade shall be thoroughly wetted and reshaped.
4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be
corrected.
5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum
density as determined by ASTM D698.
6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum.
7. The prepared subgrade shall be wetted down sufficiently in advance of placing the
pavement to ensure its being in a firm and moist condition.
8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution
of the work.
32 13 13 - 11
CONCRETE PAVING
Page 11 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
9. The Contractor shall notify the City at least 24 hours in advance of its intention to
place concrete pavement.
10. After the specified moisture and density are achieved, the Contractor shall maintain
the subgrade moisture and density in accordance with this Section.
11. In the event that rain or other conditions may have adversely affected the condition
of the subgrade or base, additional tests may be required as directed by the City.
D. Placing and Removing Forms
1. Placing Forms
a. Forms for machine-laid concrete
1) The side forms shall be metal, of approved cross section and bracing, of a
height no less than the prescribed edge thickness of the concrete section,
and a minimum of 10 feet in length for each individual form.
2) Forms shall be of ample strength and staked with adequate number of pins
capable of resisting the pressure of concrete placed against them and the
thrust and the vibration of the construction equipment operating upon them
without appreciable springing, settling or deflection.
3) The forms shall be free from warps, bends or kinks and shall show no
variation from the true plane for face or top.
4) Forms shall be jointed neatly and tightly and set with exactness to the
established grade and alignment.
5) Forms shall be set to line and grade at least 200 feet, where practicable, in
advance of the paving operations.
6) In no case shall the base width be less than 8 inches for a form 8 inches or
more in height.
7) Forms must be in firm contact with the subgrade throughout their length
and base width.
8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes
or other additional supports may be necessary to provide the required
stability.
b. Forms for hand-laid concrete
1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2
inches in thickness or equivalent when wooden forms are used, or be of a
gauge that shall provide equivalent rigidity and strength when metal forms
are used.
2) For curves with a radius of less than 250 feet, acceptable flexible metal or
wood forms shall be used.
3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line
shall be rejected.
2. Settling. When forms settle over 1/8 inch under finishing operations, paving
operations shall be stopped the forms reset to line and grade and the pavement then
brought to the required section and thickness.
3. Cleaning. Forms shall be thoroughly cleaned after each use.
4. Removal.
a. Forms shall remain in place until the concrete has taken its final set.
b. Avoid damage to the edge of the pavement when removing forms.
c. Repair damage resulting from form removal and honeycombed areas with a
mortar mix within 24 hours after form removal unless otherwise approved.
32 13 13 - 12
CONCRETE PAVING
Page 12 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Clean joint face and repair honeycombed or damaged areas within 24 hours
after a bulkhead for a transverse construction joint has been removed unless
otherwise approved.
e. When forms are removed before 72 hours after concrete placement, promptly
apply membrane curing compound to the edge of the concrete pavement.
E. Placing Reinforcing Steel, Tie, and Dowel Bars
1. General
a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed
as shown on the Drawings.
b. All reinforcing steel shall be clean, free from rust in the form of loose or
objectionable scale, and of the type, size and dimensions shown on the
Drawings.
c. Reinforcing bars shall be securely wired together at the alternate intersections
and all splices and shall be securely wired at each intersection dowel and load-
transmission unit intersected.
d. All bars shall be installed in their required position as shown on the Drawings.
e. The storing of reinforcing or structural steel on completed roadway slabs
generally shall be avoided and, where permitted, such storage shall be limited
to quantities and distribution that shall not induce excessive stresses.
2. Splices
a. Provide standard reinforcement splices by lapping and tying ends.
b. Comply with ACI 318 for minimum lap of spliced bars where not specified on
the Drawings.
3. Installation of Reinforcing Steel
a. All reinforcing bars and bar mats shall be installed in the slab at the required
depth below the finished surface and supported by and securely attached to bar
chairs installed on prescribed longitudinal and transverse centers as shown by
sectional and detailed drawings on the Drawings.
b. Chairs Assembly. The chair assembly shall be similar and equal to that shown
on the Drawings and shall be approved by the City prior to extensive
fabrication.
c. After the reinforcing steel is securely installed above the subgrade as specified
in Drawings and as herein prescribed, no loading shall be imposed upon the
bar mats or individual bars before or during the placing or finishing of the
concrete.
4. Installation of Dowel Bars
a. Install through the predrilled joint filler and rigidly support in true horizontal
and vertical positions by an assembly of bar chairs and dowel baskets.
b. Dowel Baskets
1) The dowels shall be held in position exactly parallel to surface and
centerline of the slab, by a dowel basket that is left in the pavement.
2) The dowel basket shall hold each dowel in exactly the correct position so
firmly that the dowel’s position cannot be altered by concreting operations.
c. Dowel Caps
1) Install cap to allow the bar to move not less than 1-1/4 inch in either
direction.
5. Tie Bar and Dowel Placement
a. Place at mid-depth of the pavement slab, parallel to the surface.
32 13 13 - 13
CONCRETE PAVING
Page 13 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
b. Place as shown on the Drawings.
6. Epoxy for Tie and Dowel Bar Installation
1) Epoxy bars as shown on the Drawings.
2) Use only drilling operations that do not damage the surrounding operations.
3) Blow out drilled holes with compressed air.
4) Completely fill the drilled hole with approved epoxy before inserting the tie
bar into the hole.
5) Install epoxy grout and bar at least 6 inches embedded into concrete.
F. Joints
1. Joints shall be placed where shown on the Drawings or where directed by the City.
2. The plane of all joints shall make a right angle with the surface of the pavement.
3. No joints shall have an error in alignment of more than 1/2 inch at any point.
4. Joint Dimensions
a. The width of the joint shall be shown on the Drawings, creating the joint
sealant reservoir.
b. The depth of the joint shall be shown on the Drawings.
c. Dimensions of the sealant reservoir shall be in accordance with manufacturer’s
recommendations.
d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement
surface at the center of the joint.
5. Transverse Expansion Joints
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the Drawings, or as
approved by the City.
b. Joints shall be of the design width, and spacing shown on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Support dowel bars with dowel baskets.
e. Dowels shall restrict the free opening and closing of the expansion join and
shall not make planes of weaknesses in the pavement.
f. Greased Dowels for Expansion Joints.
1) Coat dowels with a thin film of grease or other approved de-bonding
material.
2) Provide dowel caps on the lubricated end of each dowel bar.
g. Proximity to Existing Structures. When the pavement is adjacent to or around
existing structures, expansions joints shall be constructed in accordance with
the details shown on the Drawings.
6. Transverse Contraction Joints
a. Contraction or dummy joints shall be installed at the locations and at the
intervals shown on the Drawings.
b. Joints shall be of the design width, and spacing shown on the Drawings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, or as
approved by the City, and shall be installed at the specified spacing.
d. Joints shall be sawed into the completed pavement surface as soon after initial
concrete set as possible so that some raveling of the concrete is observed in
order for the sawing process to prevent uncontrolled shrinkage cracking.
32 13 13 - 14
CONCRETE PAVING
Page 14 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of
1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual
pavement thickness, or deeper if so indicated on the Drawings.
f. Complete sawing as soon as possible in hot weather conditions and within a
maximum of 24 hours after saw cutting begins under cool weather conditions.
g. If sharp edge joints are being obtained, the sawing process shall be sped up to
the point where some raveling is observed.
h. Damage by blade action to the slab surface and to the concrete immediately
adjacent to the joint shall be minimized.
i. Any portion of the curing membrane which has been disturbed by sawing
operations shall be restored by spraying the areas with additional curing
compound.
7. Transverse Construction Joints
a. Construction joints formed at the close of each day’s work or when the placing
of concrete has been stopped for 30-minutes or longer shall be constructed by
use of metal or wooden bulkheads cut true to the section of the finished
pavement and cleaned.
b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material.
c. Longitudinal bars shall be held securely in place in a plane perpendicular to the
surface and at right angles to the centerline of the pavement.
d. Edges shall be rounded to 1/4 inch radius.
e. Any surplus concrete on the subgrade shall be removed upon the resumption of
the work.
8. Longitudinal Construction Joints
a. Longitudinal construction joints shall be of the type shown on the Drawings.
9. Joint Filler
a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the
Drawings.
b. Redwood Board joints shall be used for all pavement joints except for
expansion joints that are coincident with a butt joint against existing
pavements.
c. Boards with less than 25-percent of moisture at the time of installation shall be
thoroughly wetted on the job.
d. Green lumber of much higher moisture content is desirable and acceptable.
e. The joint filler shall be appropriately drilled to admit the dowel bars when
required.
f. The bottom edge of the filler shall extend to or slightly below the bottom of the
slab. The top edge shall be held approximately 1/2 inch below the finished
surface of the pavement in order to allow the finishing operations to be
continuous.
g. The joint filler may be composed of more than one length of board in the
length of joint, but no board of a length less than 6 foot may be used unless
otherwise shown on the Drawings.
h. After the removal of the side forms, the ends of the joints at the edges of the
slab shall be carefully opened for the entire depth of the slab.
10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details
and as specified in Section 32 13 73. Materials shall generally be handled and
applied according to the manufacturer’s recommendations as specified in Section
32 13 73.
32 13 13 - 15
CONCRETE PAVING
Page 15 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
G. Placing Concrete
1. Unless otherwise specified in the Drawings, the finished pavement shall be
constructed monolithically and constructed by machined laid method unless
impractical.
2. The concrete shall be rapidly deposited on the subgrade in successive batches and
shall be distributed to the required depth and for the entire width of the pavement
by shoveling or other approved methods.
3. Any concrete not placed as herein prescribed within the time limits in the following
table will be rejected. Time begins when the water is added to the mixer.
Temperature – Time Requirements
Concrete Temperature
(at point of placement)
Max Time – minutes
(no retarding agent)
Max Time – minutes
(with retarding agent)1
Non-Agitated Concrete
All temperatures 45 45
Agitated Concrete
Above 90°F Time may be reduced by
City
75
Above 75°F thru 90°F 60 90
75°F and Below 60 120
1 Normal dosage of retarder.
4. Rakes shall not be used in handling concrete.
5. At the end of the day, or in case of unavoidable interruption or delay of more than
30 minutes or longer to prevent cold joints, a transverse construction joint shall be
placed in accordance with 3.4.F.7 of this Section.
6. Honeycombing
a. Special care shall be taken in placing and spading the concrete against the
forms and at all joints and assemblies so as to prevent honeycombing.
b. Excessive voids and honeycombing in the edge of the pavement, revealed by
the removal of the side forms, may be cause for rejection of the section of slab
in which the defect occurs.
H. Finishing
1. Machine
a. Tolerance Limits
1) While the concrete is still workable, it shall be tested for irregularities with
a 10 foot straightedge placed parallel to the centerline of the pavement so as
to bridge depressions and to touch all high spots.
2) Ordinates measured from the face of the straightedge to the surface of the
pavement shall at no place exceed 1/16 inch-per-foot from the nearest point
of contact.
3) In no case shall the maximum ordinate to a 10 foot straightedge be greater
than 1/8 inch.
32 13 13 - 16
CONCRETE PAVING
Page 16 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
4) Any surface not within the tolerance limits shall be reworked and
refinished.
b. Edging
1) The edges of slabs and all joints requiring edging shall be carefully tooled
with an edger of the radius required by the Drawings at the time the
concrete begins to take its “set” and becomes non-workable.
2) All such work shall be left smooth and true to lines.
2. Hand
a. Hand finishing permitted only in intersections and areas inaccessible to a
finishing machine.
b. When the hand method of striking off and consolidating is permitted, the
concrete, as soon as placed, shall be approximately leveled and then struck off
with screed bar to such elevation above grade that, when consolidated and
finished, the surface of the pavement shall be at the grade elevation shown on
the Drawings.
c. A slight excess of material shall be kept in front of the cutting edge at all times.
d. The straightedge and joint finishing shall be as prescribed herein.
I. Curing
1. The curing of concrete pavement shall be thorough and continuous throughout the
entire curing period.
2. Failure to provide proper curing as herein prescribed shall be considered as
sufficient cause for immediate suspension of the paving operations.
3. The curing method as herein specified does not preclude the use of any of the other
commonly used methods of curing, and the City may approve another method of
curing if so requested by the Contractor.
4. If any selected method of curing does not afford the desired results, the City shall
have the right to order that another method of curing be instituted.
5. After removal of the side forms, the sides of the slab shall receive a like coating
before earth is banked against them.
6. The solution shall be applied, under pressure with a spray nozzle, in such a manner
as to cover the entire surfaces thoroughly and completely with a uniform film.
7. The rate of application shall be such as to ensure complete coverage and shall not
exceed 20-square-yards-per-gallon of curing compound.
8. When thoroughly dry, it shall provide a continuous and flexible membrane, free
from cracks or pinholes, and shall not disintegrate, check, peel or crack during the
curing period.
9. If for any reason the seal is broken during the curing period, it shall be immediately
repaired with additional sealing solution.
10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing
Materials, the curing compound shall provide a film which shall have retained
within the test specimen a percentage of the moisture present in the specimen when
the curing compound was applied according to the following.
11. Contractor shall maintain and properly repair damage to curing materials on
exposed surfaces of concrete pavement continuously for a least 72 hours.
J. Monolithic Curbs
32 13 13 - 17
CONCRETE PAVING
Page 17 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1. Concrete for monolithic curb shall be the same as for the pavement and, if carried
back from the paving mixer, shall be placed within 20-minutes after being mixed.
2. After the concrete has been struck off and sufficiently set, the exposed surfaces
shall be thoroughly worked with a wooden flat.
3. The exposed edges shall be rounded by the use of an edging tool to the radius
indicated on the Drawings.
4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface.
K. Alley Paving
1. Alley paving shall be constructed in accordance with the specifications for concrete
paving hereinbefore described, in accordance with the details shown on the
Drawings, and with the following additional provisions:
a. Alley paving shall be constructed to the typical cross sections shown on the
Drawings.
b. Transverse expansion joints of the type shown on the Drawings shall be
constructed at the property line on each end of the alley with a maximum
spacing of 600 feet.
c. Transverse contraction and dummy joints shall be placed at the spacing shown
on the Drawings.
d. Contraction and dummy joints shall be formed in such a manner that the
required joints shall be produced to the satisfaction of the City.
e. All joints shall be constructed in accordance with this specification and filled
in accordance with the requirement of Section 32 13 73.
L. Pavement Leaveouts
1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be
provided at location indicated on the Drawings or as directed by the City.
2. The extent and location of each leaveout required and a suitable crossover
connection to provide for traffic movements shall be determined in the field by the
City.
3.5 REPAIR
A. Repair of concrete pavement concrete shall be consistent with the Drawings and as
specified in Section 32 01 29.
3.6 RE-INSTALLATION [NOT USED]
3.7 SITE QUALITY CONTROL
A. Concrete Placement
1. Place concrete using a fully automated paving machine. Hand paving only
permitted in areas such as intersections where use of paving machine is not
practical
a. All concrete pavement not placed by hand shall be placed using a fully
automated paving machine as approved by the City.
b. Screeds will not be allowed except if approved by the City.
B. Testing of Materials
1. Samples of all materials for test shall be made at the expense of the City, unless
otherwise specified in the special provisions or in the Drawings.
32 13 13 - 18
CONCRETE PAVING
Page 18 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. In the event the initial sampling and testing does not comply with the specifications,
all subsequent testing of the material in order to determine if the material is
acceptable shall be at the Contractor’s expense at the same rate charged by the
commercial laboratories.
3. All testing shall be in accordance with applicable ASTM Standards and concrete
testing technician must be ACI certified or equivalent.
C. Pavement Thickness Test
1. Upon completion of the work and before final acceptance and final payment shall
be made, pavement thickness test shall be made by the City.
2. The number of tests and location shall be at the discretion of the City, unless
otherwise specified in the special provisions or on the Drawings.
3. The cost for the initial pavement thickness test shall be the expense of the City.
4. In the event a deficiency in the thickness of pavement is revealed during normal
testing operations, subsequent tests necessary to isolate the deficiency shall be at
the Contractor’s expense.
5. The cost for additional coring test shall be at the same rate charged by commercial
laboratories.
6. Where the average thickness of pavement in the area found to be deficient in
thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be
made at an adjusted price as specified in the following table.
Deficiency in Thickness
Determined by Cores
Proportional Part
Of Contract Price
Inches Allowed
0.00 – 0.20 100 percent
0.21 – 0.30 80 percent
0.31 – 0.40 70 percent
0.41 – 0.50 60 percent
7. Any area of pavement found deficient in thickness by more than 0.50 inch but not
more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever
is greater, shall be evaluated by the City.
8. If, in the judgment of the City the area of such deficiency should not be removed
and replaced, there shall be no payment for the area retained.
9. If, in the judgment of the City, the area of such deficiency warrants removal, the
area shall be removed and replaced, at the Contractor’s entire expense, with
concrete of the thickness shown on the Drawings.
10. Any area of pavement found deficient in thickness by more than 0.75 inch or more
than 1/10 of the plan thickness, whichever is greater, shall be removed and
replaced, at the Contractor’s entire expense, with concrete of the thickness shown
on the Drawings.
11. No additional payment over the contract unit price shall be made for any pavement
of a thickness exceeding that required by the Drawings.
D. Pavement Strength Test
32 13 13 - 19
CONCRETE PAVING
Page 19 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1. During the progress of the work the City shall provide trained technicians to cast
test cylinders for conforming to ASTM C31, to maintain a check on the
compressive strengths of the concrete being placed.
2. After the cylinders have been cast, they shall remain on the job site and then
transported, moist cured, and tested by the City in accordance with ASTM C31 and
ASTM C39.
3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at
28 days, and 1 cylinder shall be held or tested at 56 days, if necessary.
4. If the 28 day test results indicate deficient strength, the Contractor may, at its option
and expense, core the pavement in question and have the cores tested by an
approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except
the average of all cores must meet 100 percent of the minimum specified strength,
with no individual core resulting in less than 90 percent of design strength, to
override the results of the cylinder tests.
5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not
meet minimum specified strength, additional cores shall be taken to identify the
limits of deficient concrete pavement at the expense of the Contractor.
6. Cylinders and/or cores must meet minimum specified strength. Pavement not
meeting the minimum specified strength shall be subject to the money penalties or
removal and placement at the Contractor’s expense as show in the following table.
Percent Deficient Percent of Contract Price Allowed
Greater Than 0 percent - Not More Than 10 percent 90-percent
Greater Than 10 percent - Not More Than 15 percent 80-percent
Greater Than 15 percent 0-percent or removed and replaced at the entire cost
and expense of Contractor as directed by City
7. The amount of penalty shall be deducted from payment due to Contractor; such as
penalty deducted is to defray the cost of extra maintenance.
8. The strength requirements for structures and other concrete work are not altered by
the special provision.
9. No additional payment over the contract unit price shall be made for any pavement
of strength exceeding that required by the Drawings and/or specifications.
E. Cracked Concrete Acceptance Policy
1. If cracks exist in concrete pavement upon completion of the project, the Project
Inspector shall make a determination as to the need for action to address the
cracking as to its cause and recommended remedial work.
2. If the recommended remedial work is routing and sealing of the cracks to protect
the subgrade, the Inspector shall make the determination as to whether to rout and
seal the cracks at the time of final inspection and acceptance or at any time prior to
the end of the project maintenance period. The Contractor shall perform the routing
and sealing work as directed by the Project Inspector, at no cost to the City,
regardless of the cause of the cracking.
32 13 13 - 20
CONCRETE PAVING
Page 20 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
3. If remedial work beyond routing and sealing is determined to be necessary, the
Inspector and the Contractor will attempt to agree on the cause of the cracking. If
agreement is reached that the cracking is due to deficient materials or workmanship,
the Contractor shall perform the remedial work at no cost to the City. Remedial
work in this case shall be limited to removing and replacing the deficient work with
new material and workmanship that meets the requirements of the contract.
4. If remedial work beyond routing and sealing is determined to be necessary, and the
Inspector and the Contractor agree that the cause of the cracking is not deficient
materials or workmanship, the City may request the Contractor to provide an
estimate of the cost of the necessary remedial work and/or additional work to
address the cause of the cracking, and the Contractor will perform that work at the
agreed-upon price if the City elects to do so.
5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on
the cause of the cracking, the City may hire an independent geotechnical engineer
to perform testing and analysis to determine the cause of the cracking. The
contractor will escrow 50 percent of the proposed costs of the geotechnical contract
with the City. The Contractor and the City shall use the services of a geotechnical
firm acceptable to both parties.
6. If the geotechnical engineer determines that the primary cause of the cracking is the
Contractor’s deficient material or workmanship, the remedial work will be
performed at the Contractor’s entire expense and the Contractor will also reimburse
the City for the balance of the cost of the geotechnical investigation over and above
the amount that has previously been escrowed. Remedial work in this case shall be
limited to removing and replacing the deficient work with new material and
workmanship that meets the requirements of the contract.
7. If the geotechnical engineer determines that the primary cause of the cracking is not
the Contractor’s deficient material or workmanship, the City will return the
escrowed funds to the Contractor. The Contractor, on request, will provide the City
an estimate of the costs of the necessary remedial work and/or additional work and
will perform the work at the agreed-upon price as directed by the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
32 13 13 - 21
CONCRETE PAVING
Page 21 of 21
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 1.2.A – Modified items to be included in price bid
05/21/2014 Doug Rademaker 2.2.D – Modified to clarify acceptable fly ash substitution in concrete paving
32 13 20 - 1
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 1 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
SECTION 32 13 20
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Concrete sidewalks
2. Driveways
3. Barrier free ramps
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 02 41 13 - Selective Site Demolition
4. Section 32 13 13 - Concrete Paving
5. Section 32 13 73 - Concrete Paving Joint Sealants
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Concrete Sidewalk
a. Measurement
1) Measurement for this Item shall be by the square foot of completed and
accepted Concrete Sidewalk in its final position for various:
a) Thicknesses
b) Types
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 bid per square foot of Concrete Sidewalk.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
2. Concrete Curb at Back of Sidewalk (6 to 12 inch max)
a. Measurement
1) Measurement for this Item shall be by the linear foot of completed and
accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb
height at back of walk in its final position.
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 bid per linear foot of Concrete Curb at the Back of Sidewalk.
c. The price bid shall include:
1) Excavating and preparing the subgrade
32 13 20 - 2
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 2 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
2) Furnishing and placing all materials, including concrete and reinforcing
steel
3) Excavation in back of “retaining” curb
4) Furnishing, placing, and compacting backfill
3. Concrete Driveway
a. Measurement
1) Measurement for this Item shall be by the square foot of completed and
accepted Concrete Driveway in its final position for various:
a) Thicknesses
b) Types
2) Dimensions will be taken from the back of the projected curb, including the
area of the curb radii and will extend to the limits specified in the Drawings.
3) Sidewalk portion of drive will be included in driveway measurement.
4) Curb on drive will be included in the driveway measurement.
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 bid per square foot of Concrete Driveway.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
4. Barrier Free Ramps
a. Measurement
1) Measurement for this Item shall be per each Barrier Free Ramp completed
and accepted for various:
a) Types
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 bid per each “Barrier Free Ramp” installed.
c. The price bid shall include:
1) Excavating and preparing the subgrade
2) Furnishing and placing all materials
3) Curb Ramp
4) Landing and detectable warning surface as shown on the Drawings
5) Adjacent flares or side curb
1.3 REFERENCES
A. Abbreviations and Acronyms
1. TAS – Texas Accessibility Standards
2. TDLR – Texas Department of Licensing and Regulation
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. American Society for Testing and Materials (ASTM)
a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete
Construction (Non-extruding and Resilient Types)
32 13 20 - 3
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 3 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using
Standard Effort (12,400 ft-lbf/ft3)
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Mix Design: submit for approval. Section 32 13 13.
B. Product Data: submit product data and sample for pre-cast detectable warning for
barrier free ramp.
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 CONDITIONS
A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT AND MATERIALS
A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of
the finished work.
B. Concrete: see Section 32 13 13.
1. Unless otherwise shown on the Drawings or detailed specifications, the standard
class for concrete sidewalks, driveways and barrier free ramps is shown in the
following table:
Standard Classes of Pavement Concrete
Class of
Concrete1
Minimum
Cementitious,
Lb./CY
28 Day Min.
Compressive
Strength2
psi
Maximum
Water/
Cementitious
Ratio
Course
Aggregate
Maximum
Size,
inch
A 470 3000 0.58 1-1/2
C. Reinforcement: see Section 32 13 13.
1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed
bars at 18 inches on-center-both-ways at the center plane of all slabs, unless
otherwise shown on the Drawings or detailed specifications.
D. Joint Filler
1. Wood Filler: see Section 32 13 13.
2. Pre-Molded Asphalt Board Filler
a. Use only in areas where not practical for wood boards.
32 13 20 - 4
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 4 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
b. Pre-molded asphalt board filler: ASTM D545.
c. Install the required size and uniform thickness and as specified in Drawings.
d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic
mixture of asphalt and vegetable fiber and/or mineral filler.
E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings.
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
A. Surface Preparation
1. Excavation: Excavation required for the construction of sidewalks, driveways and
barrier free ramps shall be to the lines and grades as shown on the Drawings or as
established by the City.
2. Fine Grading
a. The Contractor shall do all necessary filling, leveling and fine grading required
to bring the subgrade to the exact grades specified and compacted to at least 90
percent of maximum density as determined by ASTM D698.
b. Moisture content shall be within minus 2 to plus 4 of optimum.
c. Any over-excavation shall be repaired to the satisfaction of the City.
B. Demolition / Removal
1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13.
3.4 INSTALLATION
A. General
1. Concrete sidewalks shall have a minimum thickness of 4 inches.
2. Sidewalks constructed in driveway approach sections shall have a minimum
thickness equal to that of driveway approach or as called for by Drawings and
specifications within the limits of the driveway approach.
3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for
walks shall be 2 percent max in accordance with current TAS/TDLR guidelines.
The construction of the driveway approach shall include the variable height radius
curb in accordance with the Drawings.
4. All pedestrian facilities shall comply with provisions of TAS including location,
slope, width, shapes, texture and coloring. Pedestrian facilities installed by the
Contractor and not meeting TAS must be removed and replaced to meet TAS (no
separate pay).
B. Forms: Forms shall be securely staked to line and grade and maintained in a true
position during the depositing of concrete.
C. Reinforcement: see Section 32 13 13.
D. Concrete Placement: see Section 32 13 13.
32 13 20 - 5
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 5 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
E. Finishing
1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true,
even surface.
2. Trowel and then brush transversely to obtain a smooth uniform brush finish.
3. Provide exposed aggregate finish if specified.
4. Edge joints and sides shall with suitable tools.
F. Joints
1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed
using redwood.
2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50
foot intervals for 5 foot wide and greater sidewalk.
3. Expansion joints shall also be placed at all intersections, sidewalks with concrete
driveways, curbs, formations, other sidewalks and other adjacent old concrete work.
Similar material shall be placed around all obstructions protruding into or through
sidewalks or driveways.
4. All expansion joints shall be 1/2 inch in thickness.
5. Edges of all construction and expansion joints and outer edges of all sidewalks shall
be finished to approximately a 1/2 inch radius with a suitable finishing tool.
6. Sidewalks shall be marked at intervals equal to the width of the walk with a
marking tool.
7. When sidewalk is against the curb, expansion joints shall match those in the curb.
G. Barrier Free Ramp
1. Furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the City.
2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction
of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or
landing where the pedestrian access route enters the street.
3. Locate detectable warning surface so that the edge nearest the curb line is a
minimum of 6-inch and maximum of 8-inch from the extension of the face of the
curb.
4. Detectable warning Dome-Tile surface may be curved along the corner radius.
5. Install detectable warning surface according to manufacturer’s instructions.
32 13 20 - 6
CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS
Page 6 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised June 5, 2018
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.3 – Measurement and Payment for Barrier Free Ramps modified to match
updated City Details
4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from . . . square foot of Concrete Sidewalk.
to . . .each “Barrier Free Ramp” installed.
June 5, 2018 M Owen Revised Measurement and Payment.section.
32 17 23 - 1
PAVEMENT MARKINGS
Page 1 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
SECTION 32 17 23 1
PAVEMENT MARKINGS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Pavement Markings 6
a. Thermoplastic, hot-applied, spray (HAS) pavement markings 7
b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 8
c. Preformed polymer tape 9
d. Preformed heat-activated thermoplastic tape 10
2. Raised markers 11
3. Work zone markings 12
4. Removal of pavement markings and markers 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. Pavement Markings 21
a. Measurement 22
1) Measurement for this Item shall be per linear foot of material placed. 23
b. Payment 24
1) The work performed and materials furnished in accordance with this Item 25
and measured as provided under “Measurement” shall be paid for at the 26
unit price bid per linear foot of “Pvmt Marking” installed for: 27
a) Various Widths 28
b) Various Types 29
c) Various Materials 30
d) Various Colors 31
c. The price bid shall include: 32
1) Installation of Pavement Marking 33
2) Glass beads, when required 34
3) Surface preparation 35
4) Clean-up 36
5) Testing (when required) 37
2. Legends 38
a. Measurement 39
1) Measurement for this Item shall be per each Legend installed. 40
b. Payment 41
32 17 23 - 2
PAVEMENT MARKINGS
Page 2 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
1) The work performed and materials furnished in accordance with this Item 1
shall be paid for at the unit price bid per each “Legend” installed for: 2
a) Various types 3
b) Various applications 4
c. The price bid shall include: 5
1) Installation of Pavement Marking 6
2) Glass beads, when required 7
3) Surface preparation 8
4) Clean-up 9
5) Testing 10
3. Raised Markers 11
a. Measurement 12
1) Measurement for this Item shall be per each Raised Marker installed. 13
b. Payment 14
1) The work performed and materials furnished in accordance with this Item 15
shall be paid for at the unit price bid per each “Raised Marker” installed 16
for: 17
a) Various types 18
c. The price bid shall include: 19
1) Installation of Raised Markers 20
2) Surface preparation 21
3) Clean-up 22
4) Testing 23
4. Work Zone Tab Markers 24
a. Measurement 25
1) Measurement for this Item shall be per each Tab Marker installed. 26
b. Payment 27
1) The work performed and materials furnished in accordance with this Item 28
shall be paid for at the unit price bid per each “Tab Marker” installed for: 29
a) Various types 30
c. The price bid shall include: 31
1) Installation of Tab Work Zone Markers 32
5. Fire Lane Markings 33
a. Measurement 34
1) Measurement for this Item shall be per the linear foot. 35
b. Payment 36
1) The work performed and materials furnished in accordance with this Item 37
and measured as provided under “Measurement” shall be paid for at the 38
unit price bid per linear foot of “Fire Lane Marking” installed. 39
c. The price bid shall include: 40
1) Surface preparation 41
2) Clean-up 42
3) Testing 43
6. Pavement Marking Removal 44
a. Measurement 45
1) Measure for this Item shall be per linear foot. 46
b. Payment 47
32 17 23 - 3
PAVEMENT MARKINGS
Page 3 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
1) The work performed and materials furnished in accordance with this Item 1
and measured as provided under “Measurement” shall be paid for at the 2
unit price bid per linear foot of “Remove Pvmt Marking” performed for: 3
a) Various widths 4
c. The price bid shall include: 5
1) Removal of Pavement Markings 6
2) Clean-up 7
7. Raised Marker Removal 8
a. Measurement 9
1) Measurement for this Item shall be per each Pavement Marker removed. 10
b. Payment 11
1) The work performed and materials furnished in accordance with this Item 12
shall be paid for at the unit price bid per each “Remove Raised Marker” 13
performed. 14
c. The price bid shall include: 15
1) Removal of each Marker 16
2) Disposal of removed materials 17
3) Clean-up 18
8. Legend Removal 19
a. Measurement 20
1) Measure for this Item shall be per each Legend removed. 21
b. Payment 22
1) The work performed and materials furnished in accordance with this Item 23
and measured as provided under “Measurement” shall be paid for at the 24
unit price bid per linear foot of “Remove Legend” performed for: 25
a) Various types 26
b) Various applications 27
c. The price bid shall include: 28
1) Removal of Pavement Markings 29
2) Clean-up 30
1.3 REFERENCES 31
A. Reference Standards 32
1. Reference standards cited in this Specification refer to the current reference 33
standard published at the time of the latest revision date logged at the end of this 34
Specification, unless a date is specifically cited. 35
2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 36
a. Part 3, Markings 37
3. American Association of State Highway and Transportation Officials (AASHTO) 38
a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 39
4. Federal Highway Administration (FHWA) 40
a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 41
5. Texas Department of Transportation (TxDOT) 42
a. DMS-4200, Pavement Markers (Reflectorized) 43
b. DMS-4300, Traffic Buttons 44
c. DMS-8220, Hot Applied Thermoplastic 45
d. DMS-8240, Permanent Prefabricated Pavement Markings 46
e. DMS-8241, Removable Prefabricated Pavement Markings 47
32 17 23 - 4
PAVEMENT MARKINGS
Page 4 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 1
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2
1.5 SUBMITTALS 3
A. Submittals shall be in accordance with Section 01 33 00. 4
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5
specials. 6
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7
1.7 CLOSEOUT SUBMITTALS [NOT USED] 8
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9
1.9 QUALITY ASSURANCE [NOT USED] 10
1.10 DELIVERY, STORAGE, AND HANDLING 11
A. Storage and Handling Requirements 12
1. The Contractor shall secure and maintain a location to store the material in 13
accordance with Section 01 50 00. 14
1.11 FIELD [SITE] CONDITIONS [NOT USED] 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS 17
2.1 OWNER-SUPPLIED PRODUCTS 18
A. New Products 19
1. Refer to Drawings to determine if there are owner-supplied products for the Project. 20
2.2 MATERIALS 21
A. Manufacturers 22
1. Only the manufacturers as listed in the City’s Standard Products List will be 23
considered as shown in Section 01 60 00. 24
a. The manufacturer must comply with this Specification and related Sections. 25
2. Any product that is not listed on the Standard Products List is considered a 26
substitution and shall be submitted in accordance with Section 01 25 00. 27
B. Materials 28
1. Pavement Markings 29
a. Thermoplastic, hot applied, spray 30
1) Refer to Drawings and City Standard Detail Drawings for width of 31
longitudinal lines. 32
2) Product shall be especially compounded for traffic markings. 33
3) When placed on the roadway, the markings shall not be slippery when wet, 34
lift from pavement under normal weather conditions nor exhibit a tacky 35
exposed surface. 36
32 17 23 - 5
PAVEMENT MARKINGS
Page 5 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
4) Cold ductility of the material shall permit normal road surface expansion 1
and contraction without chipping or cracking. 2
5) The markings shall retain their original color, dimensions and placement 3
under normal traffic conditions at road surface temperatures of 158 degrees 4
Fahrenheit and below. 5
6) Markings shall have uniform cross-section, clean edges, square ends and no 6
evidence of tracking. 7
7) The density and quality of the material shall be uniform throughout the 8
markings. 9
8) The thickness shall be uniform throughout the length and width of the 10
markings. 11
9) The markings shall be 95 percent free of holes and voids, and free of 12
blisters for a minimum of 60 days after application. 13
10) The material shall not deteriorate by contact with sodium chloride, calcium 14
chloride or other chemicals used to prevent roadway ice or because of the 15
oil content of pavement markings or from oil droppings or other effects of 16
traffic. 17
11) The material shall not prohibit adhesion of other thermoplastic markings if, 18
at some future time, new markings are placed over existing material. 19
a) New material shall bond itself to the old line in such a manner that no 20
splitting or separation takes place. 21
12) The markings placed on the roadway shall be completely retroreflective 22
both internally and externally with traffic beads and shall exhibit uniform 23
retro-directive reflectance. 24
13) Traffic beads 25
a) Manufactured from glass 26
b) Spherical in shape 27
c) Essentially free of sharp angular particles 28
d) Essentially free of particles showing cloudiness, surface scoring or 29
surface scratching 30
e) Water white in color 31
f) Applied at a uniform rate 32
g) Meet or exceed Specifications shown in AASHTO Standard 33
Specification for Glass Beads Used in Pavement Markings, AASHTO 34
Designation: M 247-09. 35
b. Thermoplastic, hot applied, extruded 36
1) Product shall be especially compounded for traffic markings 37
2) When placed on the roadway, the markings shall not be slippery when wet, 38
lift from pavement under normal weather conditions nor exhibit a tacky 39
exposed surface. 40
3) Cold ductility of the material shall permit normal road surface expansion 41
and contraction without chipping or cracking. 42
4) The markings shall retain their original color, dimensions and placement 43
under normal traffic conditions at road surface temperatures of 158 degrees 44
Fahrenheit and below. 45
5) Markings shall have uniform cross-section, clean edges, square ends and no 46
evidence of tracking. 47
6) The density and quality of the material shall be uniform throughout the 48
markings. 49
32 17 23 - 6
PAVEMENT MARKINGS
Page 6 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
7) The thickness shall be uniform throughout the length and width of the 1
markings. 2
8) The markings shall be 95 percent free of holes and voids, and free of 3
blisters for a minimum of 60 days after application. 4
9) The minimum thickness of the marking, as measured above the plane 5
formed by the pavement surface, shall not be less than 1/8 inch in the center 6
of the marking and 3/32 inch at a distance of ½ inch from the edge. 7
10) Maximum thickness shall be 3/16 inch. 8
11) The material shall not deteriorate by contact with sodium chloride, calcium 9
chloride or other chemicals used to prevent roadway ice or because of the 10
oil content of pavement markings or from oil droppings or other effects of 11
traffic. 12
12) The material shall not prohibit adhesion of other thermoplastic markings if, 13
at some future time, new markings are placed over existing material. New 14
material shall bond itself to the old line in such a manner that no splitting or 15
separation takes place. 16
13) The markings placed on the roadway shall be completely retroreflective 17
both internally and externally with traffic beads and shall exhibit uniform 18
retro-directive reflectance. 19
14) Traffic beads 20
a) Manufactured from glass 21
b) Spherical in shape 22
c) Essentially free of sharp angular particles 23
d) Essentially free of particles showing cloudiness, surface scoring or 24
surface scratching 25
e) Water white in color 26
f) Applied at a uniform rate 27
g) Meet or exceed Specifications shown in AASHTO Standard 28
Specification for Glass Beads Used in Pavement Markings, AASHTO 29
Designation: M 247-09. 30
c. Preformed Polymer Tape 31
1) Material shall meet or exceed the Specifications for SWARCO Director 35, 32
3M High Performance Tape Series 3801 ES, or approved equal. 33
d. Preformed Heat-Activated Thermoplastic Tape 34
1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 35
mil preformed thermoplastic or approved equal. 36
2. Raised Markers 37
a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 38
Control Devices. 39
b. Non-reflective markers shall be Type Y (yellow body) and Type W (white 40
body) round ceramic markers and shall meet or exceed the TxDOT 41
Specification DMS-4300. 42
c. The reflective markers shall be plastic, meet or exceed the TxDOT 43
Specification DMS-4200 for high-volume retroreflective raised markers and be 44
available in the following types: 45
1) Type I-C, white body, 1 face reflects white 46
2) Type II-A-A, yellow body, 2 faces reflect amber 47
3) Type II-C-R, white body, 1 face reflects white, the other red 48
49
32 17 23 - 7
PAVEMENT MARKINGS
Page 7 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
3. Work Zone Markings 1
a. Tabs 2
1) Temporary flexible-reflective roadway marker tabs shall meet requirements 3
of TxDOT DMS-8242, “Temporary Flexible-Reflective Road Marker 4
Tabs.” 5
2) Removable markings shall not be used to simulate edge lines. 6
3) No segment of roadway open to traffic shall remain without permanent 7
pavement markings for a period greater than 14 calendar days. 8
b. Raised Markers 9
1) All raised pavement markers shall meet the requirements of DMS-4200. 10
c. Striping 11
1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-12
8200. 13
2.3 ACCESSORIES [NOT USED] 14
2.4 SOURCE QUALITY CONTROL 15
A. Performance 16
1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 17
the requirements detailed in the table below for a minimum of 30 calendar days. 18
Posted Speed (mph)
≤ 30 35 – 50 ≥ 55
2-lane roads with centerline
markings only (1) n/a 100 250
All other roads (2) n/a 50 100
(1) Measured at standard 30-m geometry in units of mcd/m2/lux. 19
(2) Exceptions: 20
A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 21
longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 22
long as the RRPMs are maintained so that at least 3 are visible from any position along that 23
line during nighttime conditions. 24
B. When continuous roadway lighting assures that the markings are visible, minimum 25
pavement marking retroreflectivity levels are not applicable. 26
PART 3 - EXECUTION 27
3.1 EXAMINATION [NOT USED] 28
3.2 PREPARATION 29
A. Pavement Conditions 30
1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 31
markings and other forms of contamination. 32
2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 33
curing membrane. 34
3. Pavement to which material is to be applied shall be completely dry. 35
32 17 23 - 8
PAVEMENT MARKINGS
Page 8 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
4. Pavement shall be considered dry, if, on a sunny day after observation for 15 1
minutes, no condensation develops on the underside of a 1 square foot piece of 2
clear plastic that has been placed on the pavement and weighted on the edges. 3
5. Equipment and methods used for surface preparation shall not damage the 4
pavement or present a hazard to motorists or pedestrians. 5
3.3 INSTALLATION 6
A. General 7
1. The materials shall be applied according to the manufacturer’s recommendations. 8
2. Markings and markers shall be applied within temperature limits recommended by 9
the material manufacturer, and shall be applied on clean, dry pavement having a 10
surface temperature above 50 degrees Fahrenheit. 11
3. Markings that are not properly applied due to faulty application methods or being 12
placed in the wrong position or alignment shall be removed and replaced by the 13
Contractor at the Contractor’s expense. If the mistake is such that it would be 14
confusing or hazardous to motorists, it shall be remedied the same day of 15
notification. Notification will be made by phone and confirmed by fax. Other 16
mistakes shall be remedied within 5 days of written notification. 17
4. When markings are applied on roadways open to traffic, care will be taken to 18
ensure that proper safety precautions are followed, including the use of signs, 19
cones, barricades, flaggers, etc. 20
5. Freshly applied markings shall be protected from traffic damage and disfigurement. 21
6. Temperature of the material must be equal to the temperature of the road surface 22
before allowing traffic to travel on it. 23
B. Pavement Markings 24
1. Thermoplastic, hot applied, spray 25
a. This method shall be used to install and replace long lines – centerlines, lane 26
lines, edge lines, turn lanes, and dots. 27
b. Markings shall be applied at a 110 mil thickness. 28
c. Markings shall be applied at a 90 mil thickness when placed over existing 29
markings. 30
d. A sealer shall be used if concrete or asphalt is older than three (3) years. 31
e. Typical setting time shall be between 4 minutes and 10 minutes depending 32
upon the roadway surface temperature and the humidity factor. 33
f. Retroreflective raised markers shall be used to supplement the centerlines, lane 34
lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 35
g. Minimum retroreflectivity of markings shall meet or exceed values shown in 36
subparagraph 2.4.A.1 of this Specification. 37
2. Thermoplastic, hot applied, extruded 38
a. This method shall be used to install and replace crosswalks and stop-lines. 39
b. Markings shall be applied at a 125 mil thickness. 40
c. Minimum retroreflectivity of markings shall meet or exceed values shown in 41
this Specification. 42
3. Preformed Polymer Tape 43
a. This method shall be used to install and replace crosswalks, stop-lines, and 44
legends. 45
32 17 23 - 9
PAVEMENT MARKINGS
Page 9 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
b. The applied marking shall adhere to the pavement surface with no slippage or 1
lifting and have square ends, straight lines and clean edges. 2
c. Minimum retroreflectivity of markings shall meet or exceed values shown in 3
this Specification. 4
4. Preformed Heat-Activated Thermoplastic Tape 5
a. This method shall be used to install and replace crosswalks, stop-lines, and 6
legends. 7
b. The applied marking shall adhere to the pavement surface with no slippage or 8
lifting and have square ends, straight lines and clean edges. 9
c. Minimum retroreflectivity of markings shall meet or exceed values shown in 10
this Specification. 11
C. Raised Markers 12
1. All permanent raised pavement markers on Portland Cement roadways shall be 13
installed with epoxy adhesive. Bituminous adhesive is not acceptable. 14
2. All permanent raised pavement markers on new asphalt roadways may be installed 15
with epoxy or bituminous adhesive. 16
3. A chalk line, chain or equivalent shall be used during layout to ensure that 17
individual markers are properly aligned. All markers shall be placed uniformly 18
along the line to achieve a smooth continuous appearance. 19
D. Work Zone Markings 20
1. Work shall be performed with as little disruption to traffic as possible. 21
2. Install longitudinal markings on pavement surfaces before opening to traffic. 22
3. Maintain lane alignment traffic control devices and operations until markings are 23
installed. 24
4. Install markings in proper alignment in accordance with the Texas MUTCD and as 25
shown on the Drawings. 26
5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 27
of a surface treatment, unless otherwise shown on the Drawings. 28
6. Place markings in proper alignment with the location of the final pavement 29
markings. 30
7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 31
transverse lines. 32
8. All markings shall be visible from a distance of 300 feet in daylight conditions and 33
from a distance of at least 160 feet in nighttime conditions, illuminated by low-34
beam automobile headlight. 35
9. The daytime and nighttime reflected color of the markings must be distinctly white 36
or yellow. 37
10. The markings must exhibit uniform retroreflective characteristics. 38
11. Epoxy adhesives shall not be used to work zone markings. 39
3.4 REMOVALS 40
1. Pavement Marking and Marker Removal 41
a. The industry’s best practice shall be used to remove existing pavement 42
markings and markers. 43
32 17 23 - 10
PAVEMENT MARKINGS
Page 10 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
b. If the roadway is being damaged during the marker removal, Work shall be 1
halted until consultation with the City. 2
c. Removals shall be done in such a matter that color and texture contrast of the 3
pavement surface will be held to a minimum. 4
d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 5
¼ inch in depth resulting from the removal of pavement markings and markers. 6
Driveway patch asphalt emulsion may be broom applied to reseal damage to 7
asphaltic surfaces. 8
e. Dispose of markers in accordance with federal, state, and local regulations. 9
f. Use any of the following methods unless otherwise shown on the Drawings. 10
1) Surface Treatment Method 11
a) Apply surface treatment at rates shown on the Drawings or as directed. 12
Place a surface treatment a minimum of 2 feet wide to cover the 13
existing marking. 14
b) Place a surface treatment, thin overlay, or microsurfacing a minimum 15
of 1 lane in width in areas where directional changes of traffic are 16
involved or in other areas as directed by the City. 17
2) Burn Method 18
a) Use an approved burning method. 19
b) For thermoplastic pavement markings or prefabricated pavement 20
markings, heat may be applied to remove the bulk of the marking 21
material prior to blast cleaning. 22
c) When using heat, avoid spalling pavement surfaces. 23
d) Sweeping or light blast cleaning may be used to remove minor residue. 24
3) Blasting Method 25
a) Use a blasting method such as water blasting, abrasive blasting, water 26
abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 27
blasting, or brush blasting as approved. 28
b) Remove pavement markings on concrete surfaces by a blasting method 29
only. 30
4) Mechanical Method 31
a) Use any mechanical method except grinding. 32
b) Flail milling is acceptable in the removal of markings on asphalt and 33
concrete surfaces. 34
2. If a location is to be paved over, no additional compensation will be allowed for 35
marking or marker removal. 36
3.5 REPAIR / RESTORATION [NOT USED] 37
3.6 RE-INSTALLATION [NOT USED] 38
3.7 FIELD QUALITY CONTROL 39
A. All lines must have clean edges, square ends, and be uniform cross-section. 40
B. The density and quality of markings shall be uniform throughout their thickness. 41
C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 42
shall be free of blisters. 43
32 17 23 - 11
PAVEMENT MARKINGS
Page 11 of 11
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised November 22, 2013
3.8 SYSTEM STARTUP [NOT USED] 1
3.9 ADJUSTING [NOT USED] 2
3.10 CLEANING 3
A. Contractor shall clean up and remove all loose material resulting from construction 4
operations. 5
3.11 CLOSEOUT ACTIVITIES [NOT USED] 6
3.12 PROTECTION [NOT USED] 7
3.13 MAINTENANCE [NOT USED] 8
3.14 ATTACHMENTS [NOT USED] 9
END OF SECTION 10
11
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language
12
SECTION 34 41 20 -
LED PILOT PROGRAM
CFW LED Residential
100 – 150W Replacement
Specification
December 2013
.
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 1
PART 1 – GENERAL
1.1. REFERENCES
The publications listed below form a part of this specification to the extent referenced.
Publications are referenced within the text by their basic designation only. Versions listed shall
be superseded by updated versions as they become available.
A. American National Standards Institute (ANSI)
1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting
Equipment—Luminaire Voltage Classification
2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting
Equipment - Locking-Type Photocontrol Devices and Mating Receptacle Physical and
Electrical Interchangeability and Testing
3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting
Equipment – Luminaire Field Identification
4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area
Lighting Equipment – Internal Labeling of Luminaires
5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting
Equipment – Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for
Luminaire Enclosures
6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment –
Luminaire Vibration
7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting
Equipment - Solid State Light Sources Used in Roadway and Area Lighting
B. American Society for Testing and Materials International (ASTM)
1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus
2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated
Specimens Subjected to Corrosive Environments
3. D523-08 (or latest), Standard Test Method for Specular Gloss
4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV
Exposure of Nonmetallic Materials
C. Council of the European Union (EC)
1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous
substances in electrical and electronic equipment
D. Federal Trade Commission (FTC)
1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims
E. Illuminating Engineering Society of North America (IESNA or IES)
1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance
2. HB-10-11 (or latest), IES Lighting Handbook, 10th Edition
3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting
Installations
4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors
Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity
Discharge (HID) Luminaires
5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric
Measurements of Solid-Sate Lighting Products
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 2
6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of
LED Light Sources
7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway
Lighting
8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering
9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting
Distribution," from ANSI/IESNA RP-8-83
10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires
11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources
F. Institute of Electrical and Electronics Engineers (IEEE)
1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of
Surges in Low-Voltage (1000 V and less) AC Power Circuits
2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for
Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits
G. National Electrical Manufacturers Association (NEMA)
1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the
Chromaticity of Solid State Lighting Products
H. National Fire Protection Association (NFPA)
1. 70 – National Electrical Code (NEC)
I. Underwriters Laboratories (UL)
1. 1449, Surge Protective Devices
2. 1598, Luminaires
3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products
1.2. RELATED DOCUMENTS
A. Contract Drawings and conditions of Contract (including General Conditions, Addendum to the
General Conditions, Special Conditions, Division 01 Specifications Sections and all other Contract
Documents) apply to the work of this section.
a. See the separate Specification for Adaptive Control and Remote Monitoring of LED
Roadway Luminaires for additional driver performance and interface requirements.
1.3. DEFINITIONS
A. Lighting terminology used herein is defined in IES RP-16. See referenced documents for
additional definitions.
1. Exception: The term “driver” is used herein to broadly cover both drivers and power
supplies, where applicable.
2. Clarification: The term “LED light source(s)” is used herein per IES LM-80 to broadly
cover LED package(s), module(s), and array(s).
1.4. QUALITY ASSURANCE
A. Before approval and purchase, Owner may request luminaire sample(s) identical to product
configuration(s) submitted for inspection. Owner may request IES LM-79 testing of luminaire
sample(s) to verify performance is within manufacturer-reported tolerances.
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 3
B. After installation, Owner may perform IES LM-50 field measurements to verify performance
requirements outlined in Appendix A, giving consideration to measurement uncertainties
outlined in IES LM-61.
1.5. LIGHTING SYSTEM PERFORMANCE
A. Energy Conservation
1. Connected Load
a. Luminaires shall have maximum nominal luminaire input wattage as specified
for each luminaire type in Appendix A.
2. Lighting Controls
a. See separate controls specification identified in section 1.2 above, if applicable.
b. See section 2.1-B below for driver control interface and performance
requirements.
c. See section 2.1-K below for photocontrol receptacle requirements.
B. Photometric Requirements
1. Luminaires shall meet the general criteria provided in the body of this specification and
the particular criteria for each luminaire type defined in Appendix A.
1.6. REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A
A. General submittal content shall include
1. Completed Appendix E submittal form
2. Luminaire cutsheets
3. Cutsheets for LED light sources
4. Cutsheets for LED driver(s)
a. If dimmable LED driver is specified, provide diagrams illustrating light output
and input power as a function of control signal.
5. Cutsheets for surge protection device, if applicable
6. Instructions for installation and maintenance
7. Summary of luminaire recycled content and recyclability per the FTC Green Guides,
expressed by percentage of luminaire weight
B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include
1. Name of test laboratory
a. The test laboratory must hold National Voluntary Laboratory Accreditation
Program (NVLAP) accreditation for the IES LM-79 test procedure or must be
qualified, verified, and recognized through the U.S. Department of Energy’s
CALiPER program. For more information, see
http://ts.nist.gov/standards/scopes/eelit.htm or
www.ssl.energy.gov/test_labs.html.
2. Report number
3. Date
4. Complete luminaire catalog number
a. Provide explanation if catalog number in test report(s) does not match catalog
number of luminaire submitted
i. Clarify whether discrepancy does not affect performance, e.g., in the
case of differing luminaire housing color.
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 4
ii. If nominal performance of submitted and tested products differ, submit
additional LM-79 report(s) and derivation as indicated in Appendix C.
5. Description of luminaire, LED light source(s), and LED driver(s)
6. Goniophotometry
C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not
less than 36,000 operating hours
D. Computer-generated point-by-point photometric analysis of maintained photopic light levels as
per Appendix A
1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF =
LLD x LDD x LATF, and
a. Lamp Lumen Depreciation (LLD)
i. Shall be 0.95.
ii. Shall be the percentage of initial output calculated in section 1.6-C.
b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and
gasketed roadway luminaire installed in an environment with less than 150
g/m3 airborne particulate matter and cleaned every four years.
c. Luminaire Ambient Temperature Factor (LATF) = 1.00
2. Calculation/measurement points shall be per IES RP-8.
E. Summary of reliability testing performed for LED driver(s)
F. Written product warranty as per section 1.7 below
G. Safety certification and file number
1. Applicable testing bodies are determined by the US Occupational Safety Health
Administration (OSHA) as Nationally Recognized Testing Laboratories (NRTL) and
include: CSA (Canadian Standards Association), ETL (Edison Testing Laboratory), and UL
(Underwriters Laboratory).
H. Buy American documentation
1. Manufacturers listed on the current NEMA Listing of Companies Offering Outdoor
Luminaires Manufactured in U.S.A. for Recovery Act Projects need only provide a copy
of the document.
2. Other manufacturers shall submit documentation as per the DOE Guidance on
Documenting Compliance with the Recovery Act Buy American Provisions
(http://www1.eere.energy.gov/recovery/buy_american_provision.html).
1.7. WARRANTY
A. Provide a minimum ten-year warranty covering maintained integrity and functionality of
1. Luminaire housing, wiring, and connections
2. LED light source(s)
a. Negligible light output from more than 10 percent of the LED packages
constitutes luminaire failure.
3. LED driver(s)
B. Warranty period shall begin 90 days after date of invoice, or as negotiated by owner such as in
the case of an auditable asset management system.
PART 2 – PRODUCTS
2.1. LUMINAIRE REQUIREMENTS
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 5
A. General Requirements
1. Luminaires shall be as specified for each type in Appendix A.
2. Luminaire shall have an external label per ANSI C136.15
3. Luminaire shall have an internal label per ANSI C136.22.
4. Luminaire to have internal label of manufactured date visible when drive compartment
opened.
5. Nominal luminaire input wattage shall account for nominal applied voltage and any
reduction in driver efficiency due to sub-optimal driver loading.
6. Luminaires shall start and operate in -20°C to +40°C ambient.
7. Electrically test fully assembled luminaires before shipment from factory.
8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values
indicated in Appendix A.
9. Luminaires shall be designed for ease of component replacement and end-of-life
disassembly.
10. Luminaires shall have tool-less entry for access to driver compartment
11. Luminaires shall be a minimum of IP65 rated
12. Luminaires must be available in 4000 K and 3000 K options
13. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A.
14. LED light source(s) and driver(s) shall be RoHS compliant.
15. Transmissive optical components shall be applied in accordance with OEM design
guidelines to ensure suitability for the thermal/mechanical/chemical environment.
B. Driver
1. Rated case temperature shall be suitable for operation in the luminaire operating in the
ambient temperatures indicated in section 2.1-A above.
2. Shall have a drive current no higher than 700mA
3. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall
operate normally for input voltage fluctuations of plus or minus 10 percent.
4. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified
voltage range.
5. Control signal interface
a. Luminaire types indicated “Required” in Appendix A shall accept a control signal
as specified via separate controls specification referenced in section 1.2 above,
e.g., for dimming.
b. Luminaire types indicated “Not Required” in Appendix A need not accept a
control signal.
C. Electrical immunity
1. Luminaire shall meet the “Basic” requirements in Appendix D. Manufacturer shall
indicate on submittal form (Appendix E) whether failure of the electrical immunity
system can possibly result in disconnect of power to luminaire.
2. Luminaire shall meet the “Elevated” requirements in Appendix D. Manufacturer shall
indicate on submittal form (Appendix E) whether failure of the electrical immunity
system can possibly result in disconnect of power to luminaire.
D. Electromagnetic interference
1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and
across specified voltage range.
2. Shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards.
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 6
E. Electrical safety testing
1. Luminaire shall be listed for wet locations by an OSHA NRTL.
2. Luminaires shall have locality-appropriate governing mark and certification.
F. Painted or finished luminaire components exposed to the environment
1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117.
2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after
500 hours of QUV testing at ASTM G154 Cycle 6.
G. Thermal management
1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate
hose-down cleaning and discourage debris accumulation.
2. Liquids or other moving parts shall be clearly indicated in submittals, shall be consistent
with product testing, and shall be subject to review by Owner.
H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each
luminaire type in Appendix A.
1. Calculation of BUG Ratings shall be for initial (worst-case) values, i.e., Light Loss Factor
(LLF) = 1.0.
2. If luminaires are tilted upward for calculations in section 1.6-D, BUG Ratings shall be
calculated for the same angle(s) of tilt.
I. Minimum Color Rendering Index (CRI): 70.
J. Correlated Color Temperature (CCT)
1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv
shall be as listed in Table 1.
Table 1. Allowable CCT and Duv (adapted from NEMA C78.377)
Manufacturer-Rated
Nominal CCT (K)
Allowable LM-79 Chromaticity Values
Measured CCT (K) Measured Duv
2700 2580 to 2870 -0.006 to 0.006
3000 2870 to 3220 -0.006 to 0.006
3500 3220 to 3710 -0.006 to 0.006
4000 3710 to 4260 -0.005 to 0.007
4500 4260 to 4746 -0.005 to 0.007
5000 4745 to 5311 -0.004 to 0.008
5700 5310 to 6020 -0.004 to 0.008
6500 6020 to 7040 -0.003 to 0.009
2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv
shall be as per the criteria for Flexible CCT defined in NEMA C78.377.
K. The following shall be in accordance with corresponding sections of ANSI C136.37
1. Wiring and grounding
a. All internal components shall be assembled and pre-wired using modular
electrical connections.
2. Mounting provisions
a. Specific configurations are indicated in Appendix A
3. Terminal blocks for incoming AC lines
4. Photocontrol receptacle
5. Latching and hinging
6. Ingress protection
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 7
2.2. PRODUCT MANUFACTURERS
A. Any manufacturer offering products that comply with the required product performance and
operation criteria may be considered.
2.3. MANUFACTURER SERVICES
A. Manufacturer or local sales representative shall provide installation and troubleshooting
support via telephone and/or email.
END OF SECTION
City of Fort Worth
Specification for Residential LED Roadway Luminaires
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 8
APPENDIX A
MATERIAL SPECIFICATION
LUMINAIRE TYPE “A”
EXISTING LUMINAIRE TO BE REPLACED
(FOR REFERENCE ONLY)
BENCHMARK
LUMINAIRE: Lamp wattage and type 100 W HPS/ 150W
MH
Initial downward luminaire output (lumens below horizontal) --
Light loss factor 0.80
LENS: Flat (“cutoff” style) Sag/drop
IES1 FORWARD TYPE: I II III IV V VS
IES1 LATERAL TYPE: Very short Short Medium Long Very long
PERFORMANCE CRITERIA: LED LUMINAIRE
INPUT POWER: Max. nominal luminaire input power 105 W
NOMINAL CCT: Rated correlated color temperature 3000 K
PHOTOPIC2 DOWNWARD
LUMINAIRE OUTPUT:
Minimum maintained luminaire output below horizontal
CUTOFF CLASSIFICATION Full Cutoff Only
VOLTAGE: Nominal luminaire input voltage 120/208/240 V
FINISH: Luminaire housing finish color Gray
WEIGHT: Maximum luminaire weight 30 lb
EPA: Maximum effective projected area 0.7 ft2
MOUNTING: Mtg. method
Post-top Side-arm Trunnion/yoke Swivel-tenon
Tenon nominal pipe size (NPS) 1-1/4” to 2-3/8”
VIBRATION: ANSI test level Level 1 (normal) Level 2 (bridge/overpass)
DRIVER: Control signal interface Not required Required
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | B-1
Appendix B
Estimating LED Lumen Maintenance
IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent
of such extrapolation is limited by the duration of testing completed and the number of samples used in
the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen
depreciation (LLD) at end of lumen maintenance life per section 1.6-C.
The applicant may estimate lumen maintenance in one of two ways:
Option 1: Component Performance
Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen
maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and
LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below
must be met. If ANY of the conditions is not met, the component performance option may not
be used and the applicant must use Option 2 for compliance.
1. The LED light source(s) have been tested according to LM-80.
2. The LED drive current specified by the luminaire manufacturer is less than or equal to the
drive current specified in the LM-80 test report.
3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement
point (TS) on the light source(s).
4. The TS is accessible to allow temporary attachment of a thermocouple for measurement of
in situ temperature. Access via a temporary hole in the housing, tightly resealed during
testing with putty or other flexible sealant is allowable.
5. For the hottest LED light source in the luminaire, the temperature measured at the TS
during ISTMT is less than or equal to the temperature specified in the LM-80 test report
for the corresponding drive current or higher, within the manufacturer’s specified
operating current range.
a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized
Testing Lab (NRTL), must be qualified, verified, and recognized through DOE’s
CALiPER program, or must be recognized through UL’s Data Acceptance Program.
b. The ISTMT must be conducted with the luminaire installed in the appropriate
application as defined by ANSI/UL 1598 (hardwired luminaires), with bird-fouling
appropriately simulated (and documented by photograph) as determined by the
manufacturer.
Option 2: Luminaire Performance
Under this compliance path, the applicant must submit TM-21 calculations based on LM-79
photometric test data for no less than three samples of the entire luminaire. Duration of
operation and interval between photometric tests shall conform to the TM-21 criteria for LED
light sources. For example, testing solely at 0 and 6000 hours of operation would not be
adequate for the purposes of extrapolation.
Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate
application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | B-2
NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized
through the U.S. Department of Energy (DOE)’s CALiPER program. The extent of allowable
extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light
sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per
TM-21.
This compliance path poses a greater testing burden to luminaire manufacturers but
incorporates long-term testing of other components in the system, such as drivers.
Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1
and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen
maintenance shall be “reported” rather than “projected” as defined by TM-21. Supporting diagrams are
requested to facilitate interpretation by Owner.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | C-1
APPENDIX C
PRODUCT FAMILY TESTING
LM-79 AND ISTMT
It is recognized that due to the time and cost required for product testing, it would not be realistic to
expect manufacturers offering a multitude of unique luminaire configurations to test every possible
configuration. Therefore, the “product families” method may be utilized for LM-79 and ISTMT, whereby
manufacturers identify a set of representative products for which test data can be used to demonstrate
the accuracy of interpolated or extrapolated performance of product configurations lacking test data.
Precedent for this approach can be found in LM-80.
If the particular luminaire configuration submitted has not been tested, the performance may be
conservatively represented by test data for another luminaire configuration having:
The same intensity distribution (typically only applies to LM-79)
The same or lower nominal CCT
The same or higher nominal drive current
The same or greater number of LED light source(s)
The same or lower percentage driver loading and efficiency
The same or smaller size luminaire housing.
A more accurate estimate of performance can be obtained by linear interpolation between two or more
tests differing in terms of the six parameters listed above. For example, consider a hypothetical
luminaire offered in a single size housing, and having the following parameters:
Three intensity distributions: IES Type II, III, or IV
Three CCTs: 4000, 5000, and 6000K
Three drive currents: 350, 525, and 700 mA
Four LED quantities: 20, 40, 60, or 80 LEDs.
Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested
configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10
tests may provide representative data for the 108 possible product configurations. Note that
normalized intensity distribution must not be affected by the other three parameters.
Table C.1. Representative testing of a single luminaire housing size
Tests Intensity distribution
(IES Type)
CCT
(K)
Drive current
(mA)
# of LEDs
1, 2, 3 II, III, IV 4000 700 80
4, 5 IV 5000, 6000 700 80
6, 7 IV 4000 325, 525 80
8, 9, 10 IV 4000 700 20, 40, 60
For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following
multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT,
525 mA drive current, and 40 LEDs:
Ratio of test #4 lumens to test #3 lumens
Ratio of test #7 lumens to test #3 lumens
Ratio of test #9 lumens to test #3 lumens.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | C-2
Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs
Test # Intensity distribution
(IES Type)
CCT
(K)
Drive current
(mA)
# of LEDs Multiplier
(lumens ratio)
2 III 4000 700 80 n/a
3 IV 4000 700 80 n/a
4 IV 5000 700 80 #4 / #3
7 IV 4000 525 80 #7 / #3
9 IV 4000 700 40 #9 / #3
Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with
increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to
“run cooler” than the highest-wattage configuration. In these circumstances, the adequacy of
submitted data is subject to Owner approval.
At this time, the “successor” method cannot be used; luminaires tested must utilize the LED light
source(s) characterized by the submitted LM-80 report.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-1
APPENDIX D
ELECTRICAL IMMUNITY
Test Procedure
Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an
entire powered and connected luminaire, including any control modules housed within the
luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected
photo-control. A shorting cap should be placed across any such exterior connector.
The luminaire shall be connected to an AC power source with a configuration appropriate for
nominal operation. The AC power source shall have a minimum available short-circuit current of
200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the
highest input voltage in the input voltage range specified in Appendix A.
Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point
within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a
series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by
ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45-
2002, as appropriate.
Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the
results recorded to note the pre-test function of the luminaire after it has reached thermal
equilibrium. These measurements should include at a minimum:
a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light
output
b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at
a minimum of 4 additional dimmed levels, including the rated minimum dimmed level
Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure
occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical
construction.
Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed
pre-test should be repeated for all tested luminaires, and the results recorded to note the post-test
function of the luminaire(s).
A luminaire must function normally and show no evidence of failure following the completion of
Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a
primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is
acceptable.
A luminaire failure will be deemed to have occurred if any of the following conditions exists
following the completion of testing:
a) A hard power reset is required to return to normal operation
b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become
unstable) is observed
c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test
diagnostic measurement.
d) The luminaire, or any component in the luminaire (including but not limited to an electrical
connector, a driver, a protection component or module) has ignited or shows evidence of
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-2
melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke
damage on any component is acceptable.
Test Specifications
NOTE: L1 is typically “HOT”, L2 is typically “NEUTRAL” and PE = Protective Earth.
Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a “C Low Ring Wave” as
defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as
specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously
meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM
requirements. Note that this may require that the generator charging voltage be raised above the
specified level to obtain the specified current peak. Calibrated current probes/transformers designed for
measuring high-frequency currents shall be used to measure test waveform currents.
Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity
throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak
current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the
average, the test setup shall be checked, and the test strikes repeated.
Table D.1: 0.5 µS – 100Hz Ring Wave Specification
Parameter Test Level/Configuration
Short Circuit Current Peak 0.5 kA
Open Circuit Voltage Peak 6 kV
Source Impedance 12
Coupling Modes L1 to PE, L2 to PE, L1 to L2
Polarity and Phase Angle Positive at 90° and Negative at 270°
Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle
combination
Time between Strikes 1 minute
Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles
= 40 total strikes
Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a “C High
Combination Wave” or “C Low Combination Wave”, as defined in IEEE C62.41.2-2002, Scenario 1,
Location Category C. The test strikes shall be applied as specified by Table D.2. The “Low” test level shall
be used for luminaires with Basic Electrical Immunity requirements, while the “High” test level shall be
used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination
wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak
and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator
charging voltage be raised above the specified level to obtain the specified current peak. Calibrated
current probes/transformers designed for measuring high-frequency currents shall be used to measure
test waveform currents.
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-3
Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity
throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak
current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the
average, the test setup shall be checked, and the test strikes repeated.
Table D.2: 1.2/50µS – 8/20 µS Combination Wave Specification
Parameter Test Level/ Configuration
1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV
8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA
Source Impedance 2
Coupling Modes L1 to PE, L2 to PE, L1 to L2
Polarity and Phase Angle Positive at 90° and Negative at 270°
Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle
combination
Time Between Strikes 1 minute
Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles
= 40 total strikes
Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to “Electrical Fast Transient
Bursts”, as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002.
The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling
clamp is not allowed.
Table D.3: Electrical Fast Transient (EFT) Specification
Parameter Test Level/ Configuration
Open Circuit Voltage Peak 3 kV
Burst Repetition Rate 2.5 kHz
Burst Duration 15 mS
Burst Period 300 mS
Coupling Modes L1 to PE, L2 to PE, L1 to L2
Polarity Positive and Negative
Test Duration 1 minute for each Coupling Mode and Polarity combination
Total Test Duration = 1 minute x 7 coupling modes x 2 polarities
= 14 minutes
Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | E-1
APPENDIX E
PRODUCT SUBMITTAL FORM
Luminaire Type1
Manufacturer
Model number
Housing finish color
Tenon nominal pipe size (inches)
Nominal luminaire weight (lb)
Nominal luminaire EPA (ft2)
Nominal input voltage (V)
ANSI vibration test level Level 1 (Normal) Level 2 (bridge/overpass)
Nominal BUG Ratings
Make/model of LED light source(s)
Make/model of LED driver(s)
Dimmability Dimmable Not dimmable
Control signal interface
Upon electrical immunity system failure Possible disconnect No possible disconnect
Thermal management Moving parts No moving parts
Lumen maintenance testing duration (hr)
Reported lumen maintenance life (hr) 2
Warranty period (yr)
Parameter Nominal value Tolerance (%)
Initial photopic output (lm)
Maintained photopic output (lm)
Lamp lumen depreciation
Initial input power (W)
Maintained input power (W)
Initial LED drive current (mA)
Maintained LED drive current (mA)
Drive current used
In-situ LED Tc (°C)
CCT (K)
Additional product description
1 See Appendix A, and attach supporting documentation as required.
2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing
duration indicated in the row above. Value shall be consistent with values submitted in the rows below for
maintained light output, maintained input power, and maintained drive current.