HomeMy WebLinkAboutContract 61483-PM1CSC No. 61483-PM1
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Pedestrian Hybrid Beacon (PHB) design to serve Victory Lane
IPRC Record No. IPRC22-0025
City Project No.103934
FID No. 30114-0200-431-103934-E07685
File No. K-2909
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
January 2025
Prepared by:
Kimley)))Horn
o+�
® ABHISHEK ACHARYA
%'0 124094,"��
®CNAL `��®0Texas Registered Engineering Firm F-928
te 1300,
�, 222025 801 Cherry
Worth, �TX 76102 nit 11
817-339-2275
Kimley-Horn Proj. No. 067785911
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
001113 1twitatior to Bidders
Last Revised
O t7o� 20,9020
00 41 00
00 42 43
0043 33
Bid Fefm
Proposal Form Unit Price
Bid Bond
04/02,9014
05/22/2019
04/02,9014
0045 11
Bidders Pfequ l;fie do 's
Prequalification Statement
04/02,9014
09/01/2015
0045 12
9A-43-��
Bidder- Pfequ l;f;, ..tie
A�J�r�ati�
03/09�9020�
,
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
00 4540
00 52 43
M mere,.. Business Enterprise Goal
Agreement
08421,9018
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
00730e
0073 10
Stipplementafy Conditions
Standard City Conditions of the Construction Contract for Developer
07/nm�z
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
01 3233
Preconstruction Video
08/30/2013
01 3300
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 7123
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
0177 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httv:Hfortworthtexas.Lov/ti)w/contractors/
or
htti)s://apps.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0211 13 Selee&ye Site Demolition Q/�, ^�z
0241 14 Utility y n e,.,eya / n 1...,..1,,,.,.,eat. , �7 /7zzr20/20 z
03 11 15 D,. Ong Reme.,, l 02/06
Division 03 - Concrete
033000 Cuxl Ir. P.IU-c 'Gamete , 2/'ter/
02 3,1 13 Controlled row St feng4 McAe,-ia (rr SM) , 2 /�i2
03 34 16 Go a .ete Base >\ a*r-i l f Tfe.,e new * , � /O�2
83-89-88 M-0&fQdti;3nJ to E*isfifig C fl,..oto St-. -A -es , � /�Q
Division 26 - Electrical
2time r,.,...,,...,o Ale, -lam Results for Ele,.tfie..1 „/ri 22/20i3
2605 0 Demol;ti,,,,. f Eleetr4eal Systems i2/7rz�-zvr/iviz
7l�3 TTn.le,-,.,-..,,,,..1 D ets ..n.1 Raee.. ays f L'leetr e..l Systems 07/!lm-ro1Q014
Division 31 - Earthwork
Mrrv-vv Site Glea6ag �z
3123 16 IA-wlwc�f ed Hxe..�,..tie,. oi/29QW3
Pl 32 33 Beffew n, /3
3 124 00 Frn1--,arlm--nts O, /0�3
21� Erosion r and Sediment Gei4.el 12/��2
31 36 00 p;,bi s ,2/�r�i2
313700 Riprap ,2/7z QW20iz
Division 32 - Exterior Improvements
32 0118 Tctnp=r, Asp .,l♦ n .,;., . n 12 /�, ^�z
/7 3^1!�' 9 Goner-ete Paving Do..ai 12r7'zv/2viz
✓3,2 1123 Fle*ible Base !''etifses 12 /7 2
T ti ,1 Base !'',.,1 ,, 'lNnNn12
3}L7 , 11 �29 9 ✓�I.� Tt�a� ��
J2 11 P- Cement T-Feate.1 Base Getwses 12/7�r20/2012
11 37 ; ,;a T-feeAe,l Sal Stab l;,e no/ 5
27r Asphalt It D..v;ftg 12/')zzrzvizviz
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 1373 rere.ete Pa-yi gjoint Seela*ts QQOQOi2
3,�6 a -iek Unit Pa-, ag 12/7zzr20/20i2
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
321725 QiA Address Pail iag 1 1 /nrrr 4QOI-3
3231 13 Chain Fenees and r 4es i2Q0Q0i2
323129 Weed Fe,.ees a -a G4e 12/�,- ^�z
3232 13 Cast in Ulaee rene.ete Retaining Walls 06/nwr05Q01a8
3291 19 Topsoil nl..,,o.,.,eat ,,-,d FCizalti g ofn,, k..,ay 1 � /�, 20Q
32 9213 Hydra >,A„lel.ing Seeding, and Sodding i2Q0Q0i2
32 93-43 end PwA/3 12��2
Division 33 - Utilities
330131 Clese,l Gifeiiit Television (CCTV) laspeetien 03/03QO16
3303 10 Bypasj PL4%0i-...g of Existing Sewer- Systems Q/�lzzr20/20 z
22� T, ifA Beading .,.,..1 Eleetr- ea isela en i2/7 z
3304 } Ceffes en GefAfel Test St ties i2QOQOQ
3304-12 M.,g esiti Anode Cat ed e n,.eteetien System i2Q0Q0i2
3304-30 Te.. pear, Wa4e. Se...,;ee 0W01Q0147
3304-40 Cleaning ea,l Aeeeptanee Testing fWater-Mains 02/06QO13
3304-50 Gleam;g eoSewefMains 12/wiz
33� U44i z, T,-enel, Ex- a-y.,�i, " L'.,..l.e,l,.,em 1 B ekf ll 12/12QO 16
33-05 12 Wato. 1imi Lawermg i2Q0Q0i2
3305 13 ;fame, Cover- and Grade Rings Cast n1 /�6
3305 13.10 Frame, ,1 Grade Rings n 1 /22 /2 n 1�
-�zv r razrrn.,, Cover- Eempe�te �v
3305 14 Adjusting Manholes, inlets, Valve Be�ies, and Othef Stmetefes to Q/20/20Q
Grade
330520Auger-12/7z Q0Q0i2
T ' 12 /7 2
33-03-31 Tu�.rrol te
330522 Steel Casing -Ripe 12/�i2
33 05 23 Hand Turrroling Q/'ter ^�;i
330524 last lla r fr..ff ar Piro in Casi g or Tu%rrol 1honepPhate 06/1 /2013
22� Teem e.. of L dsfia,. U44i ;ems i 2QOQO z
33-4410 Doetil0 Ir0ii Piro Q/20/20Q
32� D etile ife.-. Fittings- 12/7zzQ0Q0i2
33-44 13 Goner-ete Tres twe Pipe Bar- I]I4-.,,. pe.a Steel !''.,1;n.aef Type 12/7 z
rn�rS001 Plr,"x.d Fittings Q/20/20Q
33 1210 Watef Sef „ees 1 ineh to 2 ineh 02/10 /2017
33 1220 n esil en4 Se. 4e,l Gate Valve 1 2/20,1 12
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
201 1221
C+
A xxnuSbvx F eate,l Btilteffly x aPyes
1 7 /�'rz�-20/20 z
P- 1225
renneetien to Existing Wale. Mains
02/0-3
22�
Gom.'N 1 tt1,e1 Ai,-- V aWe AOoomblles f ,. Detable Wate,- Syste,,.,.,
>;;,�
1'l /''zzr20/20 z
n1 /n
32�
33 1250
Wikor F/alspla Statiens
,L.ly
oz,03/2014
12/7rzQ0Q0i2
06/19QO 3
33 1260
33 > 13
Sta-adafd Blew off Valve Assembly
Gi ffe,l i Dl..ee Pipe (CIPP)
12/ z
33 > 13
Fiberglass De;af ,-ee,l Dire f . Gfwvitz, F/anitar`-Sewers
12/7rzQ0 viz
P- ✓. 15
22
High,�. Density Delye�hylee (14DPE) Pipe f C..,-.itafy C'e..,ef
i2Q0Q0i2
06/1 �3
f
Dely,yi n y rl,le,-i e /Dx7r\ r_,-wyity Sanitary Sewer- Pipe
33 V1 21
Pel1
Pipe
�� Nrz, nr01120 Q
2 2
J 33
Fianitar<� E��� Flip L�Iiiiig
/20 /20 Q
Q �rz
-331 V1 23
0
Sanitaty SewerPiN L'*hifgemefit
ee r ; e
Q/�lzzr20/20 z
nn / �
333170
Sanitaty Sewef Sefyiee Co fineetions and Sef-,4
GoAir- Valve f ,. Sanitary Sewer- x:erye Mains
1 �/7rz 20/20Q
3339 10
rot in Places rere.ete Manholes
D.eeast re..efete 11R.,t+ elegy
i2Q0Q0Q
33 39 20
33-39-39
1 �aoo PQanhales
i2Q0Q0i2
1 2 /�'rzTav/2viz
33 39 40
22�
Wastewater- te,. n eeess „ ha, - ", )
Epoxy T e s for- C"..nitaf., Sewer- Str etufes
1 �i /7TL, n�1Z
17/7zzQ0Q0i2
3�33 41 0
✓- i 1 11
Deinf feed rerefe•1e Ste..., Sewe,-Pipe/r„lyei4s
Ste...,., Tl,-..
High Density Delyethylene (14DPE) Pipe f
n�/n T
12/7 z
f
2 7
11 1 �
Rein f ,-ee.] Delyet le,-.e /
F1'E.I') Pik
G
1 1 /13Q
ter,
12 /7rzQ0
33 4600
3�J-4�-�
Subdfainage
�1� t01� �1Tti
viz
�
n0 0 1
m-roTzozT
33-46-02
u�'� g
1
0700ains �n
33-49-�A
22�
a era. Manholes .....,1 unction Boxe
r ..�n 1r: Pt.c
r,,..l.and
12/20/20ls
�rz
i2/ z
33-49-40
D..,.p inlets
Storm Dra-ube4rcRdwallr.-xi,Wi ngoolls
e07/020
Division 34
- Transportation
3441 10
3n ^�001
Traffic Signals
AttaelimeiitA rentfelle-Cabnet
AttaelimepitB rent-ellef Spee;F;e.,tien
10/12/2015
Q48QW5
02Q0i2
34 41�Ti
34 41 1n03
n G Ser+..afeSpee;ae,tie
rrttt'tElii�32iir�vrcwurc-vpccrliccrcron
Te....e,-ary T,-.,4'F;e Signals
Removing Tr-afflo e
WQW2
1 1 /zz 22/20P
�v�
'2�=
34 41 13
34 4-1 15
PceE ular Rapid Fladhing Beaeon
" /2
34 4116
Pedotnan II;brid Signal
" /�P
2n�no
��- Illuir�ti�«� Assemblies
i2/20/2nl�
r�rzvrLvrz
2n i1�n0_.1r
Afterial r T
� R�� �amir`Iir�
06/1 GNn15
2n ^�002
Freewc, �F� r �r�,
l �a�r��ai>��s
c
n6/15Q0r, te
3n n�no3
r r
��al �� Itw�� .�airl�res
06/15/201 c
ter,
34 41 30
Aluminum Signs
AiTe.ae
11/12/2013
3/lino
3471 13
Single Fibef Optie Cable
Traffic Control
02/7or 26/2016
11/22/2013
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
Appendix
GE-4.91
GE-4M Tend Fmilitias
GG-4.06 IIiXzwdcuo En eftt 1 Condition at Site
GG 6..06.J Mine,-ity and Women Owned n„sines EfAe -prise Compliance
GG6.0--7 Axr. g n cos
GC-E.21 NorAiw*krAim&.ien
GR-01 60 00 TPW Product List
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
UNIT PRICE BID
IBidlist Item)
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
00 42 43
DAP - BID PROPOSAL
Page 1 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information
Specification Unit of Bid
Description
Section No. Measure Quantity
UNIT I: WATER IMPROVEMENTS
TOTAL UNIT I: WATER IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43 Bid Proposal_DAP.xIs
UNIT PRICE BID
Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
00 42 43
DAP - BID PROPOSAL
Page 2 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information
Description I Specification Unit of Bid
Section No. Measure Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVb:LOPI:R A WARDkD PROKC'I S
Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.sls
UNIT PRICE BID
IBidlist Item)
No.
1
2
3
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
00 42 43
DAP - BID PROPOSAL
Page 3 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information
Description Specification Unit of Bid
Section No. Measure Quantity
UNIT III: DRAINAGE IMPROVEMENTS
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43 Bid Proposal_DAP.xIs
00 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 Information Bidder's Proposal
�BidlistItem�
Description
Specification
Unit of
Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT IV: PAVING IMPROVEMEPTS
1
0170.0102 Work Order Mobilization
01 7000
EA
1
$25,875.00
$25,875.001
2
0241.1300 Remove Conc Curb & Gutter
0241 15
LF
36
$59.00
$2,124.001
3
3213.0301 4" Conc Sidewalk
32 1320
SF
24
$88.00
$2,112.001
4
3213.0506 Barrier Free Ramp, Type P-1
32 1320
EA
2
$8,835.00
$17,670.001
5
3216.0101 6" Conc Curb and Gutter
32 1613
LF
36
$78.00
$2,808.001
6
3217.0102 6" SLID Pvmt Marking HAS (Y)
32 1723
LF
400
$3.00
$1,200.001
7
3217.0501 24" SLID Pvmt Marking HAE (W)
32 1723
LF
90
$30.00
$2,700.001
8
3217.2102 REFL Raised Marker TY I-C
32 1723
EA
15
$18.00
$270.001
9
3217.4307 Remove Raised Marker
32 1723
EA
15
$3.00
$45.001
10
3217.0502 Contrast Crosswalk Marking
32 1723
LF
90
$78.00
$7,020.001
11
3292.0100 Block Sod Placement (Bermuda)
32 92 13
SY
75
$27.00
$2,025.001
12
13
14
15
16
17
18
I 19
20
21
22
23
24
25
26
27
28
I 29
30
31
32
33
34
35
36
37
38
I 39
40
41
42
43
44
45
TOTAL UNIT IV: PAVING IMPROVEMENTS
$63,849.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER A WARDkD PROKC'I S
Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.sls
UNIT PRICE BID
Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
00 42 43
DAP - BID PROPOSAL
Page 5 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Application
Project Item Information
Description I Specification Unit of Bid
Section No. Measure Quantity
UNIT V: STREET LIGHTING IMPROVEMENTS
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.sls
UNIT PRICE BID
Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
WA
33
34
35
36
37
38
39
40
41
42
43
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Description
I Specification
Unit of
Section No.
Measure
UNIT VI: TRAFFIC SIGNAL
IMPROVEMENTS
2605.0111 Furnish/Install Elec Sery Pedestal
26 05 00
EA
2605.3015 2" CONDT PVC SCH 80 (T)
26 05 33
LF
2605.3016 2" CONDT PVC SCH 80 (B)
26 05 33
LF
2605.3025 3" CONDT PVC SCH 80 (T)
26 05 33
LF
2605.3034 4" CONDT PVC SCH 80 (B)
26 05 33
LF
3305.0103 Exploratory Excavation of Existing Utilities
33 05 30
EA
3441.1001 3-Sect Signal Head Assembly
3441 10
EA
3441.1011 Ped Signal Head Assembly
3441 10
EA
3441.1031 APS Pedestrian Station
3441 10
EA
3441.1211 Furnish/Install BBU System Internal
3441 10
EA
3441.1250 Furnish/Install PTZ Camera
3441 10
EA
3441.1255 Furnish/Install 4G LTE Cellular/Wifi
3441 10
EA
Communications Modem
3441.1311 5/C 14 AWG Multi -Conductor Cable
3441 10
LF
3441.1312 7/C 14 AWG Multi -Conductor Cable
3441 10
LF
3441.1315 20/C 14 AWG Multi -Conductor Cable
3441 10
LF
3441.1322 3/C 14 AWG Multi -Conductor Cable
3441 10
LF
3441.1408 NO 6 Insulated Elec Cndr
3441 10
LF
3441.1409 NO 8 Insulated Elec Cndr
3441 10
LF
3441.1410 NO 10 Insulated Elec Cndr
3441 10
LF
3441.1413 NO 6 Bare Elec Cndr SLID
3441 10
LF
3441.1414 NO 8 Bare Elec Cndr
3441 10
LF
3441.1502 Ground Box Type B, w/ Apron
3441 10
EA
3441.1603 Furnish/Install 10' Ped Pole Assembly
3441 10
EA
3441.1611 Furnish/Install Type 41 Signal Pole
3441 10
EA
3441.1613 Furnish/Install Type 43 Signal Pole
3441 10
EA
3441.1623 Furnish/Install Mast Arm 16'-36'
3441 10
EA
3441.1624 Furnish/Install Mast Arm 40'-48'
3441 10
EA
3441.1701 Type 1 Signal Pole Foundation
3441 10
EA
3441.1703 Type 3 Signal Pole Foundation
3441 10
EA
3441.1704 Type 4 Signal Pole Foundation
3441 10
EA
3441.1725 Furnish.lnstall ATC Signal Controller
3441 10
EA
3441.1745 Furnish/Install 356i Controller Cabinet
3441 10
EA
Assembly
3441.3051 Furnish/Install LED Lighting Fixture
3441 20
(137 Watt ATB2 Cobra Head)
EA
3441.4001 Furnish/Install Alum Sign Mast Arm Mount
3441 30
EA
3441.4003 Furnish/Install Alum Sign Ground
3441 30
EA
Mount City Std.
3471.0001 Traffic Control
3471 13
MO
Furnish/Install PTZ Camera Cable
00 00 00
LF
00 42 43
DAP - BID PROPOSAL
Page 6 47
Bidder's Application
Bid
Quantity
1
175
355
15
250
15
4
2
2
1
1
1
195
190
210
375
40
475
950
10
475
3
1
1
1
1
1
1
1
1
1
Bidder's Proposal
Unit Price I Bid Value
$12, 300.00
$42.00
$54.00
$48.00
$67.00
$250.00
$2,853.00
$1,080.00
$1, 513.00
$12,855.60
$9,267.00
$4, 598.00
$3.70
$4.60
$10.00
$3.25
$3.80
$3.10
$2.35
$3.80
$3.10
$3,454.00
$1,870.00
$15,339.00
$16, 721.00
$7,708.00
$7,908.00
$1,873.00
$5,435.00
$8,405.00
$6,691.00
1 $29,772.00
2 $1,285.00
4 $808.00
2 $825.00
2 $3,350.00
30 $3.50
Ife>If_1al1i,IkWIMM:Ll9y[61M[e7►/_1aIJtl;J:ISITMJA1=1 k,kK
1
$12,300.001
$7,350.00 1
$19,170.00 1
$720.00 1
$16,750.001
$3,750.00 1
$11,412.00 1
$2,160.00 1
$3,026.00 1
$12,855.601
$9,267.00 1
$4,598.00
$721.501
$874.00 1
$2,100.00 1
$1,218.751
$152.00 1
$1,472.501
$2,232.50 1
$38.00 1
$1,472.501
$10,362.00 1
$1,870.00 1
$15,339.00 1
$16,721.001
$7,708.00 1
$7,908.00 1
$1,873.00 1
$5,435.00 1
$8,405.00 1
$6,691.00 1
$29,772.00
$2,570.00 1
$3,232.00 1
$1,650.001
$6,700.00 1
$105.00 1
$239,981.351
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMI-;N I S - DEVI-11.OPI-:R AWARDED PROKC'I S
Fm Version May 22, 2019 00 42 43_Bid Proposal_DAP.x]s
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP - BID PROPOSAL
Page 7 of 7
Bidder's Application
IBidlistIteml I Description Specification Unit of Bid
No. Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
Total Construction Bid
This Bid is submitted by the entity named below:
BIDDER:
Bean Electrical, LLC
821 E. Enon
Fort Worth, TX 76140
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
BY: Roy E. Bean II
TITLE: VP Southwest
DATE: 1/15/2025
END OF SECTION
Bidder's Proposal
Unit Price I Bid Value
1
$63,849.00 1
1
$239,981.35 1
1
$303,830.351
90 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019 00 42 43_Bid Proposal_DAP.xIs
0045 12
DAP PREQUALIPICATION STATEMENT
Page I of I
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work
Tvve" box provide the complete major work type and actual description as provided by the Water
Department for water and sewer and TPW for paviniz..
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Roadway Illumination Bean Electrical, Inc 03/08/2025
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER,
Bean Electrical, LLC
821 E. Enon
Fort Worth, TX, 76140
BY: ROY E. B A II
(Signature)
TITLE. VPI SW Region
DATE: q I j11202�
END OF SECTION
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lone
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS 0045 12—Prequalifcation Statement 2015—DAP.docx
Form Version September 1, 2015
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 103934. 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:
Bean Electrical, LLC
Company
_821 E. Enon
Address
Fort Worth, TX, 76140
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Roy E Bean II
(Please i
Signature:
Title: VP SW Reqion
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
,;au Z7 'B-a"i--a- , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of ,a rJ ccF eTtzt eA t- L r- c- for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 23 day of
v L� 20d
—N-olary-Publiin and for theta of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
Carlos Veloz Salas
= (P Exp. 101912027 v3?
' IO N0.1345972339 TQ
""fill 11111W\
Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
CPN 103934
Docusign Envelope ID: 4A2200EA-8DE4-47C5-9B8C-E48B59B760AC
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT, authorized on 12/16/202414:20 PM PST is made by and between the Developer,
5 United Parcel Service. Inc., an Ohio corporation, authorized to do business in Texas
6 ("Developer") , and Bean Electric. LLC., authorized to do business in Texas, acting by and
7 through its duly authorized representative, ("Contractor").
8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
9 follows:
10 Article 1. WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
12 Project identified herein.
13 Article 2. PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a part is
15 generally described as follows:
16 PEDESTRIAN HYBRID BEACON (PHB) DESIGN TO SERVE VICTORY LANE
17 CPN:103934
18 Article 3. CONTRACT TIME
19 3.1 Time is of the essence.
20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
21 Documents are of the essence to this Contract.
22 3.2 Final Acceptance.
23 The Work will be complete for Final Acceptance within 90 working days after the date
24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
25 City Conditions of the Construction Contract for Developer Awarded Projects.
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that Developer
28 will suffer financial loss if the Work is not completed within the times specified in
29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
30 the Standard City Conditions of the Construction Contract for Developer Awarded
31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees
34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay
35 Developer Zero Dollars $0.00 for each day that expires after the time specified in
36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised June 16, 2016
Docusign Envelope ID: 4A2200EA-8DE4-47C5-9B8C-E48B59B760AC
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
39 Documents an amount in current funds of Three Hundred Three Thousand Ei$ht Hundred Thirtv
40 and 35/100 Dollars ($303,830.35).
41 Article 5. CONTRACT DOCUMENTS
42 5.1 CONTENTS:
43 A. The Contract Documents which comprise the entire agreement between Developer and
44 Contractor concerning the Work consist of the following:
45 1. This Agreement.
46 2. Attachments to this Agreement:
47 a. Bid Form (As provided by Developer)
48 1) Proposal Form (DAP Version)
49 2) Prequalification Statement
50 3)cl
51 b. Insurance ACORD Form(s)
52 c. Payment Bond (DAP Version)
53 d. Performance Bond (DAP Version)
54 e. Maintenance Bond (DAP Version)
55 f. Power of Attorney for the Bonds
56 g. Worker's Compensation Affidavit
57
58 3. Standard City General Conditions of the Construction Contract for Developer
59 Awarded Projects.
60 4. Supplementary Conditions.
61 5. Specifications specifically made a part of the Contract Documents by attachment
62 or, if not attached, as incorporated by reference and described in the Table of
63 Contents of the Project's Contract Documents.
64 6. Drawings.
65 A
66 S. Documant iop1 va"vitte,a by G #..,., teF r ,..,. ,.ratiee f A,..a
67 9. The following which may be delivered or issued after the Effective Date of the
68 Agreement and, if issued, become an incorporated part of the Contract Documents:
69 a. Notice to Proceed.
70 b. Field Orders.
71 c. Change Orders.
72 d. Letter of Final Acceptance.
73
74
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised June 16, 2016
Docusign Envelope ID: 4A2200EA-8DE4-47C5-9B8C-E48B59B760AC
005243-3
Developer Awarded Project Agreement
Page 3 of 4
75 Article 6. INDEMNIFICATION
76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
77 expense, the city, its officers, servants and employees, from and against any and all
78 claims arising out of, or alleged to arise out of, the work and services to be performed
79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
80 under this contract. This indemnification provision is svecificallv intended to operate
81 and be effective even if it is alleged or Droven that all or some of the damages being
82 sought were caused, in whole or in Dart, by anv act, omission or negligence of the city.
83 This indemnity provision is intended to include, without limitation, indemnity for
84 costs, expenses and legal fees incurred by the city in defending against such claims and
85 causes of actions.
86
87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
88 the city, its officers, servants and employees, from and against any and all loss, damage
89 or destruction of property of the city, arising out of, or alleged to arise out of, the work
90 and services to be performed by the contractor, its officers, agents, employees,
91 subcontractors, licensees or invitees under this contract. This indemnification
92 Drovision is specificallv intended to operate and be effective even if it is alleged or
93 Droven that all or some of the damages being sought were caused, in whole or in Dart,
94 by anv act, omission or negligence of the city.
95
96 Article 7. MISCELLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
99 the Construction Contract for Developer Awarded Projects.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the Developer.
103 7.3 Successors and Assigns.
104 Developer and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void or
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon DEVELOPER and
111 CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised June 16, 2016
Docusign Envelope ID: 4A2200EA-8DE4-47C5-9B8C-E48B59B760AC
00 52 43 - 4
Developer Awarded Project Agreement
Page 4 of 4
116
H 7 7.6 Authority to Sign.
118 Contractor shall attach evidence of authority to sign Agreement, if other than duly
119 authorized signatory of the Contractor.
120
121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
122 counterparts.
123
124 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
125
126
Contractor:
Bean Electric, LLC.
Signed by:
(P( n
EyL�r Dt cu
AtLFytUtLy4N.gnature)
Chip Bean
(Printed Name)
Title: VP SW Region
Company name: Bean Electric, LLC.
Address: 821 E. Enon Ave.
City/State/Zip: Fort Worth, TX 76140
12/16/2024 1 4:20 PM PST
Date
Developer:
United Parcel Service, Inc., an Ohio corporation
F
Signed by:
Ey:
yUySL11/2IZ!5414
(Signature)
Kathleen Malone
(Printed Name)
Title: V.P. Region BaSE
Company name: United Parcel Service, Inc.
Address: 55 Glenlake Pkwy NE
City/State/Zip: Atlanta, GA 30328
12/16/2024 1 1:17 PM PST
Date
CITY OF FORT WORTH Pedestrian Hvbdd Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised June 16, 2016
Attachment Code: D618545 Master ID: 1525357, Certificate ID: 19764529
Waiver Of Subrogation (Blanket) Endorsement ZURICH
Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I Prem Return Prem
GLO-3116890-02 12/1/2024 12/1/2025 12/1/2024 09079000
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of
recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to
be a waiver with respect to any other operations in which the insured has no contractual interest.
UGL-925-B CW (12/01)
Page 1 of 1
Attachment Code: D618546 Master TD: 1525357, Certificate TD: 19764529
Additional Insured — Automatic — Owners, Lessees Or
Contractors
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Policy No. GLO-3116890-02 Effective 12/1/2024
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
ZURICH
A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you
are required to add as an additional insured under a written contract or written agreement executed by you, but only
with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the
following:
1. If such written contract or written agreement specifically requires that you provide that the person or organization
be named as an additional insured under one or both of the following endorsements:
a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or
b. The ISO CG 20 37 (10/01 edition),
such person or organization is then an additional insured with respect to such endorsement(s), but only to the
extent
that "bodily injury", "property damage" or "personal and advertising injury" arises out of:
(1) Your ongoing operations, with respect to Paragraph 1.a. above; or
(2) "Your work", with respect to Paragraph 1.b. above,
which is the subject of the written contract or written agreement.
However, solely with respect to this Paragraph 1., insurance afforded to such additional insured:
(a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs
during the policy period and subsequent to your execution of the written contract or written agreement;
and
(b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the
"products -completed operations hazard" unless the written contract or written agreement specifically
requires that you provide such coverage to such additional insured.
2. If such written contract or written agreement specifically requires that you provide that the person or organization
be named as an additional insured under one or both of the following endorsements:
a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or
b. The ISO CG 20 37 (07/04 edition),
such person or organization is then an additional insured with respect to such endorsement(s), but only to the
extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part,
by:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting on your behalf,
Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-2162-A CW (02/19)
Page 1 of 4
Attachment Code: D618546 Master TD: 1525357, Certificate TD: 19764529
in the performance of:
(a) Your ongoing operations, with respect to Paragraph 2.a. above; or
(b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph
2.b. above,
which is the subject of the written contract or written agreement.
However, solely with respect to this Paragraph 2., insurance afforded to such additional insured:
(i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense
occurs during the policy period and subsequent to your execution of the written contract or written
agreement; and
(ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within
the "products -completed operations hazard" unless the written contract or written agreement
specifically requires that you provide such coverage to such additional insured.
3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that
you provide that the person or organization be named as an additional insured:
a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or
b. With respect to ongoing operations (if no form is specified),
such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or
"personal and advertising injury" is caused, in whole or in part by:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting on your behalf,
in the performance of your ongoing operations, which is the subject of the written contract or written
agreement.
However, solely with respect to this Paragraph 3., insurance afforded to such additional insured:
(a) Only applies to the extent permitted by law;
(b) Will not be broader than that which you are required by the written contract or written agreement to
provide for such additional insured; and
(C) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs
during the policy period and subsequent to your execution of the written contract or written
agreement.
4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that
you provide that the person or organization be named as an additional insured:
Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or
b. With respect to the "products -completed operations hazard" (if no form is specified),
such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage"
is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is
the subject of the written contract or written agreement.
However, solely with respect to this Paragraph 4., insurance afforded to such additional insured:
(1) Only applies to the extent permitted by law;
(2) Will not be broader than that which you are required by the written contract or written agreement to provide
for such additional insured;
(3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to
your execution of the written contract or written agreement; and
U-GL-2162-A CW (02/19)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 4
Attachment Code: D618546 Master TD: 1525357, Certificate TD: 19764529
(4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the
"products -completed operations hazard" unless the written contract or written agreement specifically
requires that you provide such coverage to such additional insured.
B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the
following additional exclusion applies:
This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of
the rendering of, or failure to render, any professional architectural, engineering or surveying services including:
1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; or
2. Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision,
hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury"
or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or
the failure to render any professional architectural, engineering or surveying services.
C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The
Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions:
The additional insured must see to it that:
(1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim;
(2) We receive written notice of a claim or "suit' as soon as practicable; and
(3) A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by
another insurer under which the additional insured may be an insured in any capacity. This provision does not
apply to insurance on which the additional insured is a Named Insured if the written contract or written
agreement requires that this coverage be primary and non-contributory.
D. Solely with respect to the coverage provided by this endorsement:
1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions:
Primary and Noncontributory insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured provided that:
a. The additional insured is a Named Insured under such other insurance; and
b. You are required by written contract or written agreement that this insurance be primary and not seek
contribution from any other insurance available to the additional insured.
2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV —
Commercial General Liability Conditions:
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same 'occurrence", offense, claim or "suit'. This provision does not apply to any
policy in which the additional insured is a Named Insured on such other policy and where our policy is required
by a written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an
endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that
U-GL-2162-A CW (02/19)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4
Attachment Code: D618546 Master TD: 1525357, Certificate TD: 19764529
F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of
this
endorsement, the following is added to Section III - Limits Of Insurance:
Additional Insured — Automatic — Owners, Lessees Or Contractors Limit
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or
2. Available under the applicable Limits of Insurance shown in the Declarations,
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
U-GL-2162-A CW (02/19)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 4
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
Coverage Extension Endorsement
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Policy No. BAP-3116888-02 Effective Date: 12/1/2024
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Motor Carrier Coverage Form
A. Amended Who Is An Insured
ZURICH
1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage:
The following are also "insureds":
a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts
performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating
an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while
performing duties related to the conduct of your business.
b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow
to transport your clients or other persons in activities necessary to your business.
c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement.
d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or
written agreement with you executed prior to any "accident", including those person(s) or organization(s)
directing
your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of
operations governed by such contract or agreement and only up to the limits required in the written contract or
written agreement, or the Limits of Insurance shown in the Declarations, whichever is less.
2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form:
Coverage for any person(s) or organization(s), where required by written contract or written agreement with you
executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained
by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the
terms and conditions of the Coverage Form.
B. Amendment — Supplementary Payments
Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage
are replaced by the following:
(2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an
"accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day
because of time off from work.
C. Fellow Employee Coverage
U-CA-424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
D. Driver Safety Program Liability and Physical Damage Coverage
1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the
Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage
Coverage of the Motor Carrier Coverage Form:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
E. Lease or Loan Gap Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Lease Or Loan Gap Coverage
In the event of a total 'loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a
covered
"auto", less:
a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and
b. Any:
(1) Overdue lease or loan payments at the time of the 'loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage;
(3) Security deposits not returned by the lessor;
(4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the
loan or lease; and
(5) Carry-over balances from previous leases or loans.
F. Towing and Labor
Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following:
We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger
type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement.
As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and
includes an "auto" of the pickup or van type if not used for business purposes.
G. Extended Glass Coverage
The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section:
If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and
is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass
repaired rather than replaced.
H. Hired Auto Physical Damage — Increased Loss of Use Expenses
The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by
the following:
Loss Of Use Expenses
For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for
loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We
will pay for loss of use expenses if caused by:
(1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered
U-CA-424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
(2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for
any covered "auto"; or
(3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto".
However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000.
I. Personal Effects Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Personal Effects Coverage
a. We will pay up to $750 for "loss" to personal effects which are:
(1) Personal property owned by an "insured"; and
(2) In or on a covered "auto".
b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of:
(1) The reasonable cost to replace; or
(2) The actual cash value.
c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto".
No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following:
(1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other
documents of value.
(2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious
or semi-precious stones.
(3) Paintings, statuary and other works of art.
(4) Contraband or property in the course of illegal transportation or trade.
(5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any
coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss".
J. Tapes, Records and Discs Coverage
1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage
Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier
Coverage Form does not apply.
2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the
Physical Damage Coverage Section:
We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic
equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices:
(a) Are the property of an "insured"; and
(b) Are in a covered "auto" at the time of "loss".
The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage
Coverage Deductible Provision does not apply to such 'loss".
K. Airbag Coverage
The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage
Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier
Coverage Form does not apply to the accidental discharge of an airbag.
L. Two or More Deductibles
The following is added to the Deductible Provision of the Physical Damage Coverage Section:
U-CA-424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you
by us, the following applies for each covered "auto" on a per vehicle basis:
1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or
2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by
the amount of the smaller (or smallest) deductible.
M. Temporary Substitute Autos - Physical Damage
1. The following is added to Section I — Covered Autos:
Temporary Substitute Autos - Physical Damage
If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following
types of vehicles are also covered "autos" for Physical Damage Coverage:
Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered
"auto" you do own but is out of service because of its:
1. Breakdown;
2. Repair;
3. Servicing;
4. "Loss'; or
5. Destruction.
2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section:
Temporary Substitute Autos - Physical Damage
We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts
or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any
other party.
The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it
replaces.
N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss
Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following:
a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice
of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or
"loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited
liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent,
servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the
insurance afforded by this policy.
Include, as soon as practicable:
(1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written
notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit";
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and witnesses.
If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your
failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon
as practicable after the fact of the delay becomes known to you.
O. Waiver of Transfer Of Rights Of Recovery Against Others To Us
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
U-CA-424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or
"loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only
applies to the person or organization designated in the contract.
P. Employee Hired Autos - Physical Damage
Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced
by the following:
For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own:
(1) Any covered "auto" you lease, hire, rent or borrow; and
(2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or
elected or appointed official with your permission while being operated within the course and scope of that
"employee's" employment by you or that elected or appointed official's duties as respect their obligations to you.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".
O. Unintentional Failure to Disclose Hazards
The following is added to the Concealment, Misrepresentation Or Fraud Condition:
However, we will not deny coverage under this Coverage Form if you unintentionally:
(1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or
(2) Make an error, omission, improper description of "autos" or other misstatement of information.
You must notify us as soon as possible after the discovery of any hazards or any other information that was not
provided
to us prior to the acceptance of this policy.
R. Hired Auto — World Wide Coverage
Paragraph 7.b.(5) of the Policy Period, Coverage Territory Condition is replaced by the following:
(5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less,
S. Bodily Injury Redefined
The definition of "bodily injury" in the Definitions Section is replaced by the following:
"Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish,
resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease.
T. Expected Or Intended Injury
The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability
Coverage is replaced by the following:
Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does
not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or
property.
U. Physical Damage — Additional Temporary Transportation Expense Coverage
Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the
following: 4. Coverage Extensions
a. Transportation Expenses
We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you
because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered
"autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for
temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending,
U-CA424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6
Attachment Code: D618547 Master TD: 1525357, Certificate TD: 19764529
V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The
following is added to Paragraph A. Coverage of the Physical Damage Coverage Section:
In the event of a total 'loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or
"auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost
of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a
maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative
fuel source within 60 calendar days of the payment of the 'loss" and evidenced by a bill of sale or new vehicle lease
agreement.
To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of
propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas,
either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be
powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by
biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source.
W. Return of Stolen Automobile
The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section:
If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only
for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage.
All other terms, conditions, provisions and exclusions of this policy remain the same.
U-CA-424-H CW (10/21)
Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6
Attachment Code: D618544 Master TD: 1525357, Certificate TD: 19764529
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR
AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF
SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT
PERSON AND/OR ORGANIZATION
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective 12/1/2024 Policy No. WC-3116889-02 Endorsement No.
Insured Bean Electrical, LLC Premium $
Insurance Company Zurich American Insurance Company
by
Countersigned
WC124 (4-84) Copyright 1983 National Council on Compensation Insurance, Inc. Page 1 of 1
WC000313
1
2
3
4
5
6
7
SECTION 00 62 13
PERFORMANCE BOND
0062 13- 1
PERFORMANCE BOND
Pagel of 3
Bond No. DVHNSU0855584
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Bean Electrical LLC known as
8 "Principal" herein and Harco National Insurance Company , a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and finely bound unto the Developer, IMS
1 1 Development, authorized to do business in Texas ("Developer") and the City of Fort Worth, a
12 Texas municipal corporation ("City"), in the penal sum of,
13 Three Hundred Three Thousand Eight Hundred Thirty and* Dollars (S 303,830.35 )
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the
15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents.
* 35/100
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number CFA24-0019; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the Ab day of 0,P'?ke m�IP.< , 201�, which Contract is hereby referred to and made a
23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
24 and other accessories defined by law, in the prosecution of the Work, including any Change
25 Orders, as provided for in said Contract designated as Pedestrian Hybrid Beacon (PHB) To Serve
26 Victory Lane.
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 Pedesvrinn H),br•id Beacon (PHB) Design io&,rye Victory Lune
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised Jimmy 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
5 Texas Government Code, as amended, and all liabilities on this bond shall be determined ill
6 accordance with the provisions of said statue.
7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
8 this instrument by duly authorized agents and officers on this the A-h day of
9 , 20-L4.
In
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
ATT
(1;1di pna )LtlI
y
Witness as to Principal
Witness as to Surety Nicholas Lattarulo
PRINCIPAL:
Bean Electrical LLC
BY:
ignature
� 'k-- .ma c I VR 5w ��\Oc\
Name and Title
Address: 821 E. Enon Avenue
Fort Worth. TX 76140
SURETY:
Harco National Insurance Company
BY:
Signature
Susan J. Lattarulo, Attorney -in -Fact
Name and Title
Address: 4200 Six Forks Road
Suite 1400
Raleigh, NC 27609
Telephone Number: 919-833-1600
*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 Pedeslriau Hy,hrid Beacon (PHB) Design io Serve Victory Lune
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
0062 13 -3
PERFORMANCE BOND
Page 3 of 3
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Pedestrian HYbrid Beacon (PHBJ Design io Serve Victnrr Lune
CPN 103934
0062 14- 1
PAYMENT BOND
Page 1 of2
1 SECTION 00 62 14
2 PAYMENT BOND Bond No. DVHNSU0855584
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Bean Electrical LLC known as
8 "Principal" herein, and Harco National Insurance Company , a
9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of
10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
1 I Developer, IMS Development, authorized to do business in Texas "(Developer"), and the City of
12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum
13 of Three Hundred Three Thousand Eight Hundred Thirty` Dollars (S 303,830.35 )
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the
15 payment of which sum well and truly be made jointly unto the Developer and the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents:
and 35/100
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth, by and through a Community Facilities
20 Agreement, CFA Number CFA24-0019;and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the day of 202,q , which Contract is hereby
23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
25 Work as provided for in said Contract and designated as Pedestrian Hybrid Beacon (PI-IB) to
26 Serve Victory Lane.
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.
C1TY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design ro Serve Vicmrr Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
00 62 14 - 2
PAYMENT BOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statute.
4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
5 this instrument by duly authorized agents and officers on this the \0k kh day of
6 Se?20�.
7
PRINCIPAL:
Bean Electrical LLC
ATTEST: BY:
Si ure
(Prmcrpal) ecretary Name and Title
Address: 821 E. Enon Avenue
Fort Worth, TX 76140
fitness as to Principal
SURETY:
Harco National Insurance Company
ATTEST: BY:Q 1
Signature
Not Applicable Susan J. Lattarulo, Attorney -in -Fact
(Surety) Secretary Name and Title
Address: 4200 Six Forks Road
Suite 1400
L� Raleigh, NC 27609
Witness as to Surety Nicholas �Laarulo
Telephone Number: 919-833-1600
8
9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
10 bylaws showing that this person has authority to sign such obligation. if Surety's physical
11 address is different from its mailing address, both must be provided.
12
13 The date of the bond shall not be prior to the date the Contract is awarded.
14 END OF SECTION
CITY OF FORT WORTH Pedestrian Hphrit113eacon (PIM) Design to Serve Victory Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
0062 19- 1
MAINTENANCE BOND
Pagel of 3
1 SECTION 00 62 19
2 MAINTENANCE BOND Bond No. DVHNSU0855584
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we Bean Electrical LLC known as
8 "Principal" herein and Harco National Insurance Company , a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, 1,
1 I authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal
12 corporation ("City"), in the sum of Three Hundred Three Thousand Eight Hundred" Dollars
13 ($ 303,830.35 ), lawful money of the United States, to be paid in Fort Worth,
14 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17 i Thirty and 35/100
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number CFA24-0019;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the—ft day of 20-2q, which Contract is
23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment labor and other accessories as defined by law, in the prosecution of the
25 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
26 the "Work") as provided for in said Contract and designated as Pedestrian Hybrid Beacon (PHB)
27 to Serve Victory Lane; and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will
31 remain free from defects in materials or workmanship for and during the period of two (2) years
32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
33
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Sore Victory Lurie
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
00 62 19 - 2
MAINTENANCE BOND
Pagc 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely notice was provided by Developer or City, to a
completion satisfactory to the City, then this obligation shall become null and void; otherwise to
remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with all associated costs thereof being home
by the Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Pedestrian H brid Beacon (PHB) Design to Serve Nictoly Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 3
I 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 day of S2'�kembQl
3 , 202-4.
4
5 PRINCIPAL:
6 Bean Electrical LLC
7 /-
8
9 BY:
10 (/Signature
11 ATTEST•
12
13 ' v �..
14 (P�jxipal) Se ary 1 Name and "Title
15
16 Address: 821 E. Enon Avenue
17 Fort Worth, TX 76140
18
19
20 itness as to Principal
21 SURETY:
22 Harco National Insurance Company
23
24
25 BY:
26 Signature
27
28 Susan J. Lattarulo, Attorney -in -Fact
29 ATTEST: Name and Title
30
31 Not Applicable Address: 4200 Six Forks Road
32 (Surety) Secretary Suite 1400
33 n Raleigh, NC 27609
34
35 Witness as to Surety Nicholas Lattarulo Telephone Number: 919-833-1600
36
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
41 The date of the bond shall not be prior to the date the Contract is awarded.
42
CITY OF FORT WORTH Pedestrian flvhrid Beacon (PHB) Design to Serve Nicva•v Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised January 31, 2012
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your Harco National Insurance
Company at:
1-800-333-4167
You may also write to: Harco National Insurance
Company c/o IFIC Surety Group at:
Attn: Claims Department
One Newark Center, 20"' Floor
Newark, NJ 07102
You may contact the Texas Department of Insurance
to obtain information on companies, coverages, rights
or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 787t4-9104
Fax: (512) 490-1007
Web: www.tdi.texas.2ov
E-mail: ConsumerProtection a. tdi.texas.2ov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the agent or the
company first. If the dispute is not resolved, you may
contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not
become a part or condition of the attached document.
AVISO IMPORTANTE
Para obtener informacion o para presentar una queja:
Usted puede comunicarse con su Harco National
Insurance Company al:
1-800-333-4167
Usted tambien puede escribir a Harco National
Insurance Company c/o IFIC Surety Group at:
Attn: Claims Department
One Newark Center, 20" Floor
Newark, NJ 07102
Puede comunicarse con el Departamento de Seguros de
Texas para obtener informacion acerca de companies,
coberturas, dcrechos o quejas al:
l -800-252-3439
Puede escribir al Departamento de Seguros de Texas:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.eov
E-mail: ConsumerProtectionntdi.texas.Qov
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o la compania
primero. Si no se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU FIANLA DE GARANTIA:
Este aviso es solo para proposito de informacion y no
se convierte en parte o condition del documento
adjunto.
POWER OF ATTORNEY Bond# DVHNSU0855584
TYI,b STATE OF NEW JERSEY STATE OF ILLINOIS
vpCLP /E+3 County of Essex County of Cook
c SFAL
1904 �
d�1N,E A�a� Kenneth Chapman
Executive Vice President, Harco National Insurance Company
and International Fidelity Insurance Company
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT Insurance Group, Headquartered: 702 Oberlin Road, Raleigh, North Carolina 27605
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and
appoint
JOHN BROWNING, THOMAS F. MCCOY JR, KELLI E. HOUSWORTH, SHEILA J. MONTOYA, SUSAN J. LATTARULO, JUSTIN
TOMLIN
Denver, CO
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed."
IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31st day of December, 2018
oPPo '-'
:zi SEAL 'o%
= 0 . 1994
LIMON ' as
On this 31st day of December, 2018 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
,"I IJ"I , IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
�.A.
• ... : New Jersey the day and year first above written.
uF�oTAgr
.:s
7
JEp5��� Shirelle A. Outley a Notary Public of New Jersey
Iit My Commission Expires April4, 2023
CERTIFICATION
I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set
forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day,
A00922
a��_
Irene Martins, Assistant Secretary
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 —
Definitions and Terminology................................................................................................... I
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 Pedestrian Hybrid Beacon (PHB) Design to
Serve Victory Lane
STANDARD CITY
CONDITIONS — DEVELOPER AWARDED PROJECTS
CPN 103934
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
Article9 - 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 I I - 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
Article12 - 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
Article13 - Suspension of Work............................................................................................................33
13.01 City May Suspend Work.....................................................................................................33
Article14 - Miscellaneous.....................................................................................................................34
14.01 Giving Notice.....................................................................................................................34
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to
Serve Victory Lane
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
CPN 103934
Revised: January 10, 2013
14.02 Computation of Times........................................................................................................34
14.03 Cumulative Remedies.........................................................................................................34
14.04 Survival of Obligations.......................................................................................................35
14.05 Headings............................................................................................................................35
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised: January 10, 2013
00 73 10-1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of35
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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
M. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made apart of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at S: 00 p. in., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of35
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 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide.
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. 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: N o n e
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
b. Each Occurrence: None
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of35
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10-17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17of35
❑ Required for this Contract.
® Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18of35
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 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
F.
00 73 10-19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an
requirements of Chapter 2258,
affidavit stating that the Contractor has complied with the
Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
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 sProjectRepresentative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice ofDefects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
SECTION 01 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 1100 -1
DAP SUMMARY OF WORK
Page 1 of 3
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
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.
Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103934
Revised December 20, 2012
011100-2
DAP SUMMARY OF WORK
Page 2 of 3
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103934
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103934
Revised December 20, 2012
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
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,
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
EXIIIBIT 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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
SECTION 013119
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
0131 19- 1
DAP PRECONSTRUCTION MEETING
Pagel of 3
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
01 31 19-2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013119-3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
01 32 33 - 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
DAP SUBMITTALS
Pagel of 8
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
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 1/2 inches x 11 inches to 8 1/2 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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
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
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)
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013300-5
DAP SUBMITTALS
Page 5 of 8
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
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]
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August 30, 2013
1
2
3
4 PART1- GENERAL
5 1.1 SUMMARY
013513-1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
SECTION 013513
SPECIAL PROJECT PROCEDURES
6 A. Section Includes:
7 1. The procedures for special project circumstances that includes, but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Air Pollution Watch Days
12 e. Use of Explosives, Drop Weight, Etc.
13 f. Water Department Notification
14 g. Public Notification Prior to Beginning Construction
15 h. Coordination with United States Army Corps of Engineers
16 i. Coordination within Railroad permits areas
17 j . Dust Control
18 k. Employee Parking
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1 — General Requirements
24 3. Section 33 12 25 — Connection to Existing Water Mains
25
26 1.2 REFERENCES
27 A. Reference Standards
28 1. Reference standards cited in this Specification refer to the current reference
29 standard published at the time of the latest revision date logged at the end of this
30 Specification, unless a date is specifically cited.
31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
32 High Voltage Overhead Lines.
33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
34 Specification
35 1.3 ADMINISTRATIVE REQUIREMENTS
36 A. Coordination with the Texas Department of Transportation
37 1. When work in the right-of-way which is under the jurisdiction of the Texas
38 Department of Transportation (TxDOT):
39 a. Notify the Texas Department of Transportation prior to commencing any work
40 therein in accordance with the provisions of the permit
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
013513-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 01 31 13
E. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
013513-3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City's representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor's letterhead and include the following
23 information:
24 a) Name of Project
25 b) City Project No (CPN)
26 c) Scope of Project (i.e. type of construction activity)
27 d) Actual construction duration within the block
28 e) Name of the contractor's foreman and phone number
29 f) Name of the City's inspector and phone number
30 g) City's after-hours phone number
31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
32 A.
33 3) Submit schedule showing the construction start and finish time for each
34 block of the project to the inspector.
35 4) Deliver flyer to the City Inspector for review prior to distribution.
36 b. No construction will be allowed to begin on any block until the flyer is
37 delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor's letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
I. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
J. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
K. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
013513-5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13 — Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
013513-6
DAP SPECIAL PROJECT PROCEDURES
2
3
4
5
6
7
8
9
to
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
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
Page 6 of 7
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
M
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
013513-7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
1 EXHIBIT B
0)
FORT WORTH
Date:
Doe no. xxxx
Project Hama:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
3 - -
4
,CONTRACTOR
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised JULY 1, 2011
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised JULY 1, 2011
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
proj ect.
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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised JULY 1, 2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- 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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
0157 13- 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 015713
STORM WATER POLLUTION PREVENTION
PART1- 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 3125 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 3125 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
l . 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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
015713-3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
htti)s:Hapes.fortworthtexas.2ov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 103934
Revised March 20, 2020
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- 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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
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
017123-1
CONSTRUCTION STAKING AND SURVEY
Pagel of 8
SECTION 017123
CONSTRUCTION STAKING AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow).
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
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.
3. As -Built Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survey —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A —Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
25 1.4 ADMINISTRATIVE REQUIREMENTS
26 A. The Contractor's selection of a surveyor must comply with Texas Government
27 Code 2254 (qualifications based selection) for this project.
28 1.5 SUBMITTALS
29 A. Submittals, if required, shall be in accordance with Section 0133 00.
30 B. All submittals shall be received and reviewed by the City prior to delivery of work.
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Field Quality Control Submittals
33 1. Documentation verifying accuracy of field engineering work, including coordinate
34 conversions if plans do not indicate grid or ground coordinates.
35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
37
38 1.7 CLOSEOUT SUBMITTALS
39 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land
3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
4 — Survey Staking Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing
6 submittal one (1) week prior to scheduling the project final inspection for City
7 review and comment. Revisions, if necessary, shall be made to the as -built redline
8 drawings and resubmitted to the City prior to scheduling the construction final
9 inspection.
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Construction Staking
13 1. Construction staking will be performed by the Contractor.
14 2. Coordination
15 a. Contact City and Developer's Project Representative at least one week in
16 advance notifying the City of when Construction Staking is scheduled.
17 b. It is the Contractor's responsibility to coordinate staking such that
18 construction activities are not delayed or negatively impacted.
19 3. General
20 a. Contractor is responsible for preserving and maintaining stakes. If City
21 surveyors or Developer's Project Representative are required to re -stake for
22 any reason, the Contractor will be responsible for costs to perform staking. If
23 in the opinion of the City, a sufficient number of stakes or markings have been
24 lost, destroyed disturbed or omitted that the contracted Work cannot take place
25 then the Contractor will be required to stake or re -stake the deficient areas.
26 B. Construction Survey
27 1. Construction Survey will be performed by the Contractor.
28 2. Coordination
29 a. Contractor to verify that horizontal and vertical control data established in the
30 design survey and required for construction survey is available and in place.
31 3. General
32 a. Construction survey will be performed in order to construct the work shown
33 on the Construction Drawings and specified in the Contract Documents.
34 b. For construction methods other than open cut, the Contractor shall perform
35 construction survey and verify control data including, but not limited to, the
36 following:
37 1) Verification that established benchmarks and control are accurate.
38 2) Use of Benchmarks to furnish and maintain all reference lines and grades
39 for tunneling.
40 3) Use of line and grades to establish the location of the pipe.
41 4) Submit to the City copies of field notes used to establish all lines and
42 grades, if requested, and allow the City to check guidance system setup prior
43 to beginning each tunneling drive.
44 5) Provide access for the City, if requested, to verify the guidance system and
45 the line and grade of the carrier pipe.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
1 d)
Fire hydrants
2 e)
Valves (gate, butterfly, etc.)
3 f)
Air Release valves (Manhole rim and vent pipe)
4 g)
Blow off valves (Manhole rim and valve lid)
5 h)
Pressure plane valves
6 i)
Underground Vaults
7
(1) Rim and flowline elevations and coordinates for each
8
Underground Vault.
9 3) Sanitary Sewer
10 a)
Cleanouts
11
(1) Rim and flowline elevations and coordinates for each
12 b)
Manholes and Junction Structures
13
(1) Rim and flowline elevations and coordinates for each
14
manhole and junction structure.
15 4) Stormwater — Not Applicable
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 PART 2 - PRODUCTS
20
A. A construction survey will produce, but will not be limited to:
21
1.
Recovery of relevant control points, points of curvature and points of intersection.
22
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
23
sufficiently permanent and located in a manner to be used throughout construction.
24
3.
The location of planned facilities, easements and improvements.
25
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
26
areas, utilities, streets, highways, tunnels, and other construction.
27
b. A record of revisions or corrections noted in an orderly manner for reference.
28
c. A drawing, when required by the client, indicating the horizontal and vertical
29
location of facilities, easements and improvements, as built.
30
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
31
construction staking projects. These cut sheets shall be on the standard city template
32
which can be obtained from the Survey Superintendent (817-392-7925).
33
5.
Digital survey files in the following formats shall be acceptable:
34
a. AutoCAD (.dwg)
35
b. ESRI Shapefile (.shp)
36
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
37
standard templates, if available)
38
6.
Survey files shall include vertical and horizontal data tied to original project
39
control and benchmarks, and shall include feature descriptions
40 PART 3 - EXECUTION
41 3.1 INSTALLERS
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
1 A. Tolerances:
2
1. The staked location of any improvement or facility should be as accurate as
3
practical and necessary. The degree of precision required is dependent on many
4
factors all of which must remain judgmental. The tolerances listed hereafter are
5
based on generalities and, under certain circumstances, shall yield to specific
6
requirements. The surveyor shall assess any situation by review of the overall plans
7
and through consultation with responsible parties as to the need for specific
8
tolerances.
9
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
10
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
11
1.0 ft. tolerance.
12
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
13
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
14
walkways shall be located within the confines of the site boundaries and,
15
occasionally, along a boundary or any other restrictive line. Away from any
16
restrictive line, these facilities should be staked with an accuracy producing no
17
more than 0.05ft. tolerance from their specified locations.
18
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
19
electric lines, shall be located horizontally within their prescribed areas or
20
easements. Within assigned areas, these utilities should be staked with an
21
accuracy producing no more than 0.1 ft tolerance from a specified location.
22
e. The accuracy required for the vertical location of utilities varies widely. Many
23
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
24
should be maintained. Underground and overhead utilities on planned profile,
25
but not depending on gravity flow for performance, should not exceed 0.1 ft.
26
tolerance.
27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
28 specifications or in compliance to standards. The City reserves the right to request a
29 calibration report at any time and recommends regular maintenance schedule be
30 performed by a certified technician every 6 months.
31 1. Field measurements of angles and distances shall be done in such fashion as to
32 satisfy the closures and tolerances expressed in Part 3.1.A.
33 2. Vertical locations shall be established from a pre -established benchmark and
34 checked by closing to a different bench mark on the same datum.
35 3. Construction survey field work shall correspond to the client's plans. Irregularities
36 or conflicts found shall be reported promptly to the City.
37 4. Revisions, corrections and other pertinent data shall be logged for future reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If the Contractor's work damages or destroys one or more of the control
44 monuments/points set by the City or Developer's Project Representative, the monuments
45 shall be adequately referenced for expedient restoration.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 1. Notify City or Developer's Project Representative if any control data needs to be
2 restored or replaced due to damage caused during construction operations.
3 a. Contractor shall perform replacements and/or restorations.
4 b. The City or Developer's Project Representative may require at any time a
5 survey "Field Check" of any monument or benchmarks that are set be verified
6 by the City surveyors or Developer's Project Representative before further
7 associated work can move forward.
8 3.6 RE -INSTALLATION [NOT USED]
9 3.7 FIELD [OR] SITE QUALITY CONTROL
10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
11 City or Developer's Project Representative in accordance with this Specification. This
12 includes easements and right of way, if noted on the plans.
13 B. Do not change or relocate stakes or control data without approval from the City.
14 3.8 SYSTEM STARTUP
15 A. Survey Checks
16 1. The City reserves the right to perform a Survey Check at any time deemed
17 necessary.
18 2. Checks by City personnel or 3' party contracted surveyor are not intended to
19 relieve the contractor of his/her responsibility for accuracy.
20
21 3.9 ADJUSTING [NOT USED]
22 3.10 CLEANING [NOT USED]
23 3.11 CLOSEOUT ACTIVITIES [NOT USED]
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27
END OF SECTION
28
Revision Log
DATE
NAME SUMMARY OF CHANGE
8/31/2012
D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017
M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
2/14/2018
M Owen Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
DAP CLEANING
Page 1 of 4
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017423-3
DAP CLEANING
Page 3 of 4
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]
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017719-1
DAP CLOSEOUT REQUIREMENTS
Pagel of 3
SECTION 017719
CLOSEOUT REQUIREMENTS
PART1- 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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
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 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 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
£ Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
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)
£ 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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- 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 1/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
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 byproduct name and other identifying symbols asset
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
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
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
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
£ Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017839-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
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".
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries 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
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.
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to 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
CITY OF FORT WORTH Pedestrian Hybrid Beacon (PHB) Design to Serve Victory Lane
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103934
Revised April 7, 2014
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I Concrete
I Class A (Sidewalk, ADA Ramps, Driveways,
Curb/Gutter, Median PaveineaD
19/92022 03 3000
M. Desop,
AoP_.P Concrete Co.Prny
30CAF029
3000 psi Conaete for Sidewalks & ADA Ramps
3-5" Slump; 3-6° o Air
19/92022 011001
Ma Design
Argos
DL00000 t0433
3000 pet Concrete Cor SWmvalks, Curbs
3-5" Slump; 3-6% Av
I9/92022 03 30 00
Ma Destgv
Argos
DIOOO0001055
3000 pet Concrete for fide,, Jvncton Boxes, Manholes, Channel L.ers, Sidewalks, Driveways, Curb & Gutter
3-5" Slump; 3-6%Air
16/2 024 03 3000
Ma Design
Big Town Concrete
302050-1
3000 psi Concrete for Curbs said Sidewalks
3-5" Slump; 3-6%Air
19/92022 03 30 00
Ma Design
Bumco Texas
30U101AG
3000 psi Concrete Ma for Flatwork
3-5" Slump; 3fi% AP
14/1 024 03 30 00
Ma Design
Bumco Texas
30U500BG
3000psi Concrete Mix for Sidewalk,
3-5" Slump; 3fi%Air
19/92022 03 30 00
Ma Design
Carder Conaae
FWCC502001
3000 psi for Sidewalks, Driveways, Ramps, Cmb & Gutter, Flatwmk
3-5" Slump; 3fi% Air
19/92022 03 3000
M. Design
Card. Concrete
FWCC502021
3500 psi concrete for SidewaR.s, Driveways, Ramps, Curb & Gutter
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Cltmley's Concrete
3759
3000 psi Concrete Ma Cor Sidewalks
3-5" S1_P; 3-6% Air
19/9/2022 03 30 00
M. Design
Charky's Concrete
4102
3000 psi Concrete Mu Cor Sidewalks
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
M. Design
Chisholm Tied Red, Mu
C13020AE
3000 psi Co.::. for Driveways, Curb & Gutter
3-5" Slump; 4.5-7.5%Air
19/92022 03 30 00
M. Design
City Concrete Company
30HA20E
3000 psi Covaele Mu far Blocking, Sidewalks, F1roc ak, Pads
3-5" Slump; 3-6% AQ
19/92022 03 30 00
M. Design
Cow Town Redi Mu
253-W
3000 psi Concrete Mu Sidewalks, ADA Ramps, Driveways, Curb &Gull., Safery End Treatments, Non-TkDOT Retuvmg Walls
3-5" Slump; 3-6% An
19/92022 03 30 00
Mu Design
Cow Town Red, Mu
210
3000 psi Conae1, Mu far, Sidewalks, Driveways, ADA Ramps
3-5" Slump; 36% Air
19/92022 03 30 00
Mu Design
Cow Town Red, Mu
350
3000 psi Concrete Mu far, Sidewalks, Driveways, ADA Ramps
3-5" Slump; 36 Air
11/29/2024 033000
Ma Desigo
Estuda Ready Mir
R3050AEWR
5.00 Sacks / 3,000 psi Concrete for Sidewalk,, Ramps, inlets, s id Manholes
3-5" Slump; 36% Air
19/92022 03 30 00
Ma Design
GCH Concrete Services
GCH4000
4000 psi Concrete fir far, Sidewalks, Ramps, Headwalls, mle6, said Storin Dm. Sttucmres
3-5" 1lump; 3-6 Air
19/92022 03 30 00
Mu Design
Hokin, - SOR, arc.
1261
3000 psi Concrete Mu fm Sidewalks
3-5" Slump; 3fi% Aar
19/92022 03 30 00
Ma Design
Holcim - SOR, arc.
5177
3000 psi Concrete Mu for Sidewalks
3-5" Slump; 36%An
19/92022 03 3000
Mu Design
Holcon - SOP- Inc
5409
4000 psi Concrete Ma Cor Sidewalks, inlets
3-5" Slump; 3-6%AP
19/92022 03 3000
M. Design
Ingram Concrete & Aggregates
2MWR-147QW5D5
3000 psi Concrete Mu Cor Sidewalks, ADA Ramps
3", Slump; 3-6%Au
19/92022 03 3000
Ma Design
Ing— Concrete & Aggregates
2MWR-70J23504
3000 psi Concrete for Sidewalks, ADA Ramps
3-5" Slump; 3-6% Av
14/72023 03 3000
Ma Design
Liquid Stone
C30ID
3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
-6
3-5" Slump; 3-6% Av
19/92022 03 3000
9/9
Ma Design
Marto M—
R2136214
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump;
19/92022 03 30 00
Ma Desigo
Mart. Manetm
R2136014
3,000 psi Concrete for Sidewalks & Ramps
3-5" Slump; 3fi% Air
14/12023 03300 00
Ma Design
Marto M—Pe
R2136N14
5 00 sacks / 3,000 psi concete fm Sidewalks
3-5" Slump; 3-6%Air
16/12023 033000
Ma Design
Mart. Mariam
R2136R20
3,000 psi Concrete for Sidewalks and Ramps
3-5" Slump; 3-6% An
16/12023 03 30 00
Ma Dea,eo
Mart. Manata
R2136N20
3,000 psi Conmae for Sidewalks and Ramps
3-5" Slump; 3-6%Air
1112/2022 03 30 00
M. Design
Mazt. Mariate
R2141K24
4,000 psi Concrete for luncuon Boxes, Sidewalks and Ramps
3-5" Slump; 3-6% Air
18/42023 0330.0
Ma Design
Minim Manata
R2136R14
5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps
3-5" Slump; 3fi% Air
33000
14/7/2023 .33..0
M. Design
Maze. Manata
R2136K14
3,000 psi concrete for sidewalks and romps
3-5" Slump; 3-6% Air
19/92022 03 30 00
Mur Design
Marl. Manata
R2131314
3,000 psi Concrete f Sidewalks & Ramps
3-5" Slump; 3-6% An
19/92022 03 30 00
Mu Design
Marl. Manata
R2132214
3,000 Psi Concrete far Sidewalks & Ramps
3-5" Slump; 36%Ah
19/92022 03 30 00
Mu Design
Mart. Marietta
D9490SC
3,000 psi Concrete far, Sidewalks & Ramps
3-5" Slump; 4.5-7.5%Air
110/4/2023 03 30 00
Mu Design
NBR Ready Mu
CLS A-YY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slump; 3fi% Air
110/4/2023 03 30 00
Mu Design
NBR Ready Mu
CLS A -NY
5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter
3-5" Slump; 3fi% Air
17/10/2023 03 30 00
Mu Ding
Oebum
30A50MR
5 SK / 3,000 psi Concrete far Sidewalks
3-5" Slump; 3fi% Air
11/18/2023 03 30 00
Ma Design
Rapid Redi Ma
RRM5020A
3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
3-5" Slump; 36%An
11/24/2023 03 30 00
Mu Design
Rapid Redi Mu
RRM5525A
3600 psi Concrete for Valley Gutters, Sidewalk,, Approaches, ADA Ramps
3-5" Slump; 3-6%Au
19/92022 03 3000
Ma Design
Re-M.IOL11504
6 00 Sacks / 4,000 psi Concrete Mu for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & luncton Boxes
31" Slump; 3-6%Au
19/92022 03 300
Ma Design
Bedi-Mu
10JI1524
3000 psi Concrete Ma for Driveways, Sidewalks, ADA Ramps
3-5" Slump; 3-6%Au
19/92022 03 3000
Ma Design
Redi-Mu
VO111524
3000 psi Concrete Ma for Cmb &Gutter
3-5" Slump; 3-6% AP
19/92022 03 3000
Mae Design
SRM Concrete
30050
3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Curb and Gutter, Driveways, Barr,. Ramp
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Tarrant Concrete
FW5025A
3000 psi Concrete Ma for Cmb & Gutter, Driveways, Salm.11,, ADA Ramps
3-5" Slump; 3fi%Air
19/92022 03 30 00
Ma Design
Tartant Concrete
CP5020A
3000 psi Concrete Ma for Cmb and Gut.
3-5" Slump; 3fi% Air
110/102022 03 3000
Ma Design
Tarrant Concrete
TCFW5020A
3000 psi Concrete for Sidewalks
3-5" Slump; 3fi% An
19/9/2022 03 30 00
Mee Design
Tariant Concrete
FW5525A2
3600 psi Concrete Ma far Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter
3-5" Slump; 3-6%An
19/9/2022 03 30 00
M. Design
I— Ready Mix
3020AE
3000 psi Covaele for Sidewalks
3-5" Slump; 3fi% Air
19/9/2022 03 30 00
Ma Design
Tme Cnt Red, Ma
0250 230
3000 psi Concrete Mix far Flamrok, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
3-5" Slump; 3fi% Air
19/9/2022 0)33 30 00
Mu Der-yr�
Tine Girl Red, Ma
0250 2301
3000 Psi Conaele Mor for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
3-5" Si- 3-6%A r
I Class CM..,Mnt.jae Ju..Boxes,
keneaseurent. BlocIdne, Collars. Liehtp Foundations)
19/9/2022 03 30 00
Mu Design
American Concrete Company
-40CNF065
4000 psi Concrete for Manholes & Utility Structures
3-5" Slump; 0-3%Au
19/9/2022 03 3000
Mu Design
Argos
DIOOO0001061
3600 pei Concrete for Inlets, Boxes, Enc.s t, Blocking
3-5" Slump; 3-6%Air
19/9/2022 03 3000
Mu Design
Argos
D10000001055
3000 psi Concrete for Inlets, luncton Boxes, Mm boles, Chsunel L.ers, Sidewalks, Driveways, Curb & Gutter
31" Slump; 3-6%AP
19/9/2022 03 3000
Ma Design
Argos
D1000001615
3600 psi Concrete for Inlets, Boxes, EncasemrnS Blockmg
3-5" Slump; 3fi% Air
19/9/2022 03 3000
Mae Design
Ch lcVs Concrete
4502
3000 psi Concrete Mae for Sidewalks, BlocJwg
3-5" Sl_P; 3-6%Air
19/9/2022 03 30 00
Ma Design
Bumcc Texas
40U500BG
4000 psi Concrete Ma for Stony Dram Stmctmes, Driveways, Scrcrn Wells, Collars
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Design
Cow Town Redi Ma
255-2
3000 psi Concrete Ma for Inlets, Tmust Blocking, Concrete Encasement
3-5" Slump; 3-6% An
19/92022 03 30 00
Ma Design
Cow Town Red, Ma
355
3000 psi Can to Ma for Inlets, Thmst Bmekoig, Covaele Encasemrnt
3-5" Slump; 3-6% Air
19/92022 03 30 00
Ma Design
Cow Town Red, Ma
255
3500 psi Covaele Ma fm Flatwmk Inlets, Thmsl Blocking Covaele Encasement
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
M. Design
Cow Town Redi Mu
270
5000 psi Concrete Mu far Cask-m-Place Box Culverts
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Desiga
Cow Town Red, Ma
370
5000 psi Covaele Ma for Cask-m-Place Box Culverts
3-5" Slump; 3fi%Air
19/9/2022 03 30 00
Ma Design
Cow Toxin Red, Ma
353
3000 psi Concrete Ma f Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Nov-TxDOT Raa..g Walla
3-5" Slump; 3fi "Aar
19/9/2022 03 30 00
M. Design
Cow Town Redi Mur
257
3600 psi Covaele mu far Valley Gutters, Lightpole Found,tmne
3-5" Slump; 3-6%A r
19/9/2022 03 30 00
Mu Design
Cow Town Red, Mu
357
3600 psi Canaele Mu far Valley Gutters, Lightpok Foundalmvs
3-5" Slump; 366 Air19/9/2022
03 30 00
Mu Design
Hold. - SOR, Inc.
1701
4000 per Co.aele Mu far Storm Dram Sttuc.res, Sanitary Sewer Manholes, JuncPon Box
3-5" Slump; 3b% Av
19/92022 033000
Mu Design
Holcim - SOR, Inc.
1551
3000 psi Concrete Mu far Blocking
3-5" Slump; 3fi% Av
19/92022 03 30 00
Mu Design
Hold. - SOR, Inc.
5409
4000 psi Concrete Mu for Sidewalks, Inlets
3-5" Slump; 3fi% Air
14/27/2023 03 30 00
Mu Design
Liquid Stone
C361DNFA
3,600 Psi Concrete for Retaining wall, driveway, tunaop boX aproq approach
3-5" Slump; 3fi% Air
19/92022 03 30 00
Ma Design
Mart. Marietta
R2141230
4,000 psi Concrete for Manholes, inlets & Headwalls, �f (( p rid
3-5" Slump; 3-6%An
18/42023 03 3000
Mu Design
Martin Mariam
R2141 R24
5 53 Sacks / 4,000 psi Concrete for J action Box, Box Culvert, Sidewalks said Ramps.
3-5" Slump; 3-6% Av
111202023 03 3000
Mu Design
Martin Marta
R2146R33
6 Ol Sacks / 4,000 psi Concrete Mu for CIPSewer Manholes
31" Slump; 3-6%Au
111202023 03 3000
Mu Design
Martin Mariam
R2146K33
6 Ol Sacks / 4,000 psi Concrete Ma for CIP Sewer Manholes.
3-5" Slump; 3-6%Au
19/9/2022 03 3000
Ma Design
Martin Marietta
R2142233
3,600 psi Concrete for Manholes, inlets & Headwalls
3-5" Slump; 4 5-7 5%Air
19/9/2022 03 3000
MsDesign
Mart. Mariam
R2136224
3,600 psi Concrete for Cmb Inlets
3-5" Slump; 3-6%Air
19/9/2022 03 30 00
Ma Design
Marto Marietta
R2141233
3,600 psi Concrete for Storin S-cones, Inlets, Blodmg & Encasemrnt
3-5" Shunp; 3fi%Air
19/9/2022 03 30 00
M. Design
Marta Marietta
R2146038
4,500 psi Concrete for Inlets, Storm Dram S.—a
3-5" Slump; 3fi% An
18/42023 03 30 00
MsDesign
Mart. Marietta
R2146R35
6.11 Sacks / 4,500 psi Covaele for Inlets, Manholes, and Headwalls
3-5" Slump; 3-6%An
19/122023 03 30 00
M. Design
NBR Ready Mix
CLS Pl-YY
6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culv.ls
3-5" Slump; 3fi% Air
19/9/2022 03 30 00
M. Design
NBR Ready Mix
TX C-YY
3000 psi Concrete Mu far, Curb Inlets
3-5" Slump;3-6% Air
19/92022 03 30 00
M. Design
NBR Ready Mix
TX C-NY
3000 psi Can=. M. far, Curb fillets
3-5" S1nmP; 3-6% Air
11/18/2023 03 30 00
M. Design
Rapid Red, M.
RRM5320A
3000 psi Can=. for Block.g
3-5" Slump; 3-6% An
11/18/2023 03 30 00
Mur Design
Rapid Redi Mu
RRM6020ASS
4000 psi Concrete for Strom Dram Stuctures
3-5" Slump; 3-6% An
19/92022 03 30 00
Ma Design
Redt-Mix
IRJ11524
3500 psi Covaele Ma far Thmst Blocks, Valve Pads
3-5" Slump; 36% Av
19/92022 03 30 00
Ma Design
Redi-Mix
156/1524
4000 psi Concrete Ma far Caret-m-Place Stonn Drz, Structures
3-5" Slump; 36% Air
112/52022 03 30 00
Ma Design
Redt-Mu
10K115C4
3500 psi Concrete for Thmst Blocks, Valve Pads
3-5" Slump; 3-6%Au
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I i,'o.cref (cv.ti.uedl
I12/52022 03 30 00
Mu Design
Re is
I9292022 03 30 00
Mu Design
Re is
I11/212022 03 30 00
Mu Design
Redi-Mix
I9/162024 03 30 00
Mu Design
SRM Concrete
I9/92022 03 30 00
Mu Design
TapanI Concrete
110/102022 03 30 W
I C
M. Deejj$$1,
W--Rs, Culverts,
Tamgn[ Concrete
Dr fled Sha Del
es P �saRa.
Drilled
I Dred hafts
I9/9/2022 03 3000
M. D-ga
Bumco Texas
I6212023 011101
Mu Dearea
Cow T.— Redr M.
112/52022 03 3000
Ma DCa,ea
Hcicun - SOR, Inc
I9/9/2022 03 3000
Ma Desren
Holcun - SOR, Inc
I4/7/2023 03 3001
Ma Desren
Ingmry Conce, & Aggregates
I4/7/2023 03 3000
Ma Dearen
Lq al Stove
I6272023 03 30 00
Ma Drs,er,
Madm Manetta
I6272023 03 30 00
Ma Dearen
Madu, Manetta
I8/4/2023 03 30 00
Ma Drs,er,
Ms., Manetta
'024 03 30 00
M: Desren
NBR Ready Ma
I8/2 024 03 3000
M. Dearer,
NBR Ready M.
I5/152023 0``3 3000
M. Dearer,
Red,-M.
I Vther Applications
I919/2022 03 3001
Mu Des,-
Argos
I9/9/2022 03 3000
M. D.ren
Argos
I9/92022 03 3000
M. Dearen
Argos
I9/92022 03 3000
M. Dearg.
Carder Concrete
I9/9/2022 03 30 00
Mil Deeiaa
Charls s Co
I9/92022 03 30 00
Mi. Deelaa
Charlencrete
s Concrete
I9/92022 03 30 00
Mil De gar
City Concrete Co�P/any
I9192022 03 30 00
Mu Design
Cow Town R.0 Mu
I9/9/2022 03 30 00
Mu Design
Cow Town R.& Mi.
I9/92022 03 30 00
Mi. Design
Cow Town Rer i Mi.
11/292024 03 30 00
Mi. Design
Estrada Ready, -
I9/92022 03 30 00
Mi. Design
GCH Concrete —csa
I9/92022 03 30 00
Mu Design
Holcim - SOR, Inc.
I4/12023 03 30 00
Mic DesigP
Marlin Marietta
I8/30/2023 033000
Mr. DesI,
Marlin Marietta
I9/92022 03 30 00
Mu Des;
Mani. Marietta
I12/52022 03 30 00
M. Des
Redi-Min
I9/92022 03 30"
Mu Des;
SRM Concrete
I9/92022 03 M DO
M. Des
SRM Concrete
I4/12024 03 3011
Mix Design
SRM Concrete
I9/9,022 03 30 00
M. Dcs 11��
I—" Concrete
I Mass P (M.Ai.e Plac.U.A..)
I919/2022 121113
M, Deng.
Argos
I6/2 024 32 13 13
M. Deargn
Bra Tow. Concrete
I6/2 024 3213 13
M. Dearen
Bra Tow. Covcretc
I9/92022 32 13 13
M. Dearer,
Carder Co.crete
I9/92022 32 13 13
M. Dealer,
Carder Concrete
I9/92022 3213 13
M. Dealer,
Ch.lcVs Co.crete
I9/92022 32 13 13
M. Desigr,
C,ty Co.cretc Company
I9/92022 33 13 13
M. Dealka
Cow Town R.dl M.
I11/142022 321313
M.Desiga
CowT.— Redi M.
I9/9/2022 32 13 13
M. Design
Cow Tow. Redi Ma
I9/9/2022 32 13 13
M. Desiga
Cow Town Redi Ma
I2/62024 321313
Mu Design
Estrada Ready Mix
I9/92022 32 13 13
M. Design
mgam Concrete & Aggregates
I8/42023 32 13 13
M. Design
Man. Manetta
IIM/2022 321313
Mrs Design
Men. Man.tta
I10/4/2023 321313
M. Design
NBR Ready Mu
It0/4/2023 321313
M. Design
NBR Ready Mi.
I9/16/2024 321313
Mrs Design
SRM Concrete
I9/92022 32 13 13
M. Desq"
Tartant Cor,cr.te
I9/92022 32 13 13
M. Dear"
Tme Gnt Red,M,
I9/9/2022 21313
M.c De)�n
Tme Gnt Red, M,
I ces H (Ilam I Placed Pa_.)
I9/9/2022 3213 13
M' Dea,gn
Ara— Concrete Company
I9/9/2022 32 13 13
M. Deargn
Argoa
32 13 13
M.c Dealer,
Argos
i9/9/2022
9/92022 32 13 l3
M.Dearga
Argos
I9192022 3213 13
Ma Dearga
Argos
I9/92022 3213 13
M. Dealer,
Argos
I522023 3213 13
M. Design
Bra D Concrete
I9/92022 3213 13
M. Design
Brg Town Concrete
I9/92022 32 13 13
M. Dealka
Brg Tow. Concrete
I9/9/2022 32 13 13
M. Design
B.mco Texas
I9/9/2022 32 13 13
M. Desiea
Carder Concrete
I9/92022 32 13 13
M. Design
Charley's Concrete
I9/92022 32 13 13
M. Design
Charley's C--
9/9 022 32 13 13
M. Design
C,ty Concrete Company
I9/92022 32 13 13
M. Design
Cow Tow. Red, Mu
I9/9/2022 32 13 13
M. Design
Cow Town Redi Mu
11/29/2024 32 13 13
M. Design
Estrada Ready Ma
I9/92022 32 13 13
M. Design
GCH Concrete Services
I9/92022 32 13 13
M. D.,an
Holcim -SOR, roc.
I9/92022 321313
M. Dearer,
mgaa Concrete&Aggregates
I9/92022 3213 13
M' Drs,er,
mgam Concrete & Aggregates
I9/92022 321313
M.Dwrgn
Ing—Concrete&Aggregates
I I122022 32 13 13
M. Desrga
Mart. Marlette
I8/42023 32 13 13
M. Desrgr,
Mart. Manetta
156115C4 4000 psi Concrete f CrP Sar m Drain Stmctures 3-5" Slump. 3-6% Air
]OL21524 4000 psi Concrete Mi. for Manholes 3-5" Slump, 3-6%Ate
145P2
350505P4 3500 psi Concrete f SThmst Blocks and Collars 3-5" Slamp, 3-6%Ate
FW5320A 3000 psi Concrete Mi. for Blocking 3-5"Slump.36%A'v
TCFW6025A2 4000 psi Concrete f Manholes 3-S" Slamp, 3-6%Ate
36U500BG
3600 psi Concrete Mi. for Li¢htina and Traffic Signal Foundations (Drilled Shafts)
5.5-7.5" Slump; 3-6%Av
360-DS
3600 psi Concrete f Drilled Shutt/Lighting and Traffic Signal Foundation (Drilled Shafts)
5.5-7.5" Slump; 3-6% Av
1822
3600 psi Concrete f (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations
5.5-7.5" Slump; 0-3 % Av
1859
4000 psi Concrete for (DrRled Shafts)/Ligh[ine and Traffic Signal Foundations
5.5-7.5" Slump; 3-6% Av
]OLQS50N
3.600 vsi Concrete for (DrRled Shafts)/Lighting and Traffic Signal Foundations
5.5-7.5" Slump; 3-6% Av
C36IDHR
3.600 mi Concrete for (DrRled Shaft)/Ligbfi-and Traffic Signal Foundations
5.5-7.5" Slump; 3-6%Au
U2146N41
6 44sacka / 3,600 car Concrete for (DrMW Shafts) / Lighting and Traffic Signal I ..datlo.s
5-7" Slump; 3-6% Av
U2146K45
6 65 sacks / 3.600 psi Concrete for (Ddled Shafts) / Lighting and Tmfic Signal Foundations
5-7" Slump; 3-6%Au
U2146R41
6 44 sacks l4.500 psi Concrete for (Drilled Pic.)/Light Pole bases
5-7" Slump; 3-6%Au
135K2524
3500 psi Concrete for (DrRled Shaft) Liehmole I ..datlona
55" Slump; 3-6%Au
135K0524
3500 psi Concrete for (Drilled 6haft) Lich Pouvdatiova
5:5 Slump; 3-6%Au
BOLL I5D5
3600 osi Concrete f (Ddled Shafts) /Lighting and Traffic Signal Foundation=
5.5-7.5" Slump; 3-6%Au
D10000001083S
4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thmst Blocking
3-5" Slump; 3-6%Au
D10000001083
4000 per Concrete for Valve Pads, Inlets, St ucta cs, Headwalls, Thmst Blocking
3-5" Slump; 3-6% Av
D 10000001681
4000 psr Covcretc for Headwalls, Retam.g Walls, Box Culverts, Valley Guam
3-5" Slump; 3-6%Al,
FWCC602001
4000 psr Concrete for Storm Drain S-rar cs, Manholes, Headwalls, Retaining Walls, Valley G.—, Drive Approaches
3-5" Slamp; 3-6% Aa
4518
4000 psi Concrete for Headwalls, Wingwalls
3-5" Slump. 3-6% Air
5642
4000 psi Concrete f Storm Drain Swcmres
3-5" Slump. 36%Air
40LA2011
4000 psi Concrete Mi. for Stomr Drain Stm..—
3-S" Slump. 3fi , Air
260-2
3600 psi Concrete Mi for Box C.1 srls, Headwalls
3-S" Slump, 3-6%Air
360-1
3600 psi Concrete for Box Culverts, Headwalls,
3-5" Slump, 36% A'v
yMi. �Wi.gw.11s
5.50
Slam'
GCH4 0�
4000 psi Cocoa foa for Sid—.&s, Rampss, H dwalls, inlets, and St.— Drain Stmctures
3-5" Slump, 3fi%Ate
1851
4500 psi Concrete for Storm Drain S-ctures, Hand Placed Paving
31" Slump, 3fi%A'v
310LBP
3,6001Q7��fj Co.uete fr RetainWalls
3-5"Stump,4-7%Air
R2141R30
5.85 SIK / 4,000 psi Concrete for Box Culverts & Headwalls
3-5" Stump, 36%Air
R2146035
4,000p�\ for Manholes, hdets & Headwalls, Valve Pads
3-5" Stump, 36% Air
l OL115C4
�C,o.crete
3600 pet � .rZa for Manhole, milt, Junction Box, Headwall
3-5" Stu—:36% Air
40050
4,000 pi Concrete fr Hdwalls, Retainvuv Wall, Collars
3-5" Slump, 36% Air
35022
3,600p� Concrete fr Junction Box, Retaining Walls
3-5"Slamp,36%Air
45050
4500 psi _as for S.— Stmetarw
3-5" Slump. 3-6%Ate
FW6020A2
4000 psi Concrete Mu for Stonn Drain Stmctares
3-5" Slamp, 3-6%Ate
D10000001617
3610 psr Concrete for Mech.e Placed Paving
1-3" Slump; 3-6%Au
360060-1
3600 per Concrete for Machine Placed Paving
l-3" Slump; 3-6%Ara
362060-1
3600 psr Concrete for Mach— Placed Paving
l-3" Slump; 3-6% Av
FWCC552091
3600 psr fr Machine Placed Paving
L-3" Slump; 3-6% Arr
FWCC602091
4000 psr for Machine Placed Paving
l-3"Slump; 3-6 Aa
5167
3600 psr Concrete M.c for Machine Placed Paving
l-3" Slump; 36% Air
3fiLA2011
3600 psr Concrete M. for Machine Placed Paving
L-3" Slump; 36%An
257-M
36M psr Concrete M. Cor Machiace ne Placed Paving
1-3"m6 p; 3-Air
:la
357-M
3600 psr Concrete M. Cor Machine Placed Paving
1-3" Slump; 3-6 Air
260-M
4000 psr Concrete Mu Cor Machine Placed Paving
1-3" Slump; 36% Air
360-M
4000 psr Cpr,mete M. for Machine Placed Paving
1-3" Slump; 36a Air
TD3655AEWR
5.50 Sacks / 3,600 psr C--lc for Machine Placed Paving
1-3" Slump; 36a Air
2MWRC56PS5D5
4000 psr Concrete Machine Placed Paving
1-3" Smmp; 36a Air
Q2141R27
5.69 sacks/4,000 psr Cmmte for Machine Placed Paving
1-3"Slump; 36%Air
Q2141K30
4,000 psi Concrete for Machine Placed Pay.g
1-3 "Slump; 36%Ate
TX C SF-YY
5.50 Sacks / 3,600 psr Concrete for Mach.. Placed Paving
1-3" Slump; 3-6 Air
TX C SF -NY
5.50 Sack' / 3,600 psr Covcr.te for Machine Placed Paving
1-3" Stump; 3-6 Air
40025
4000 per Concrete fr Machine Placed Pay.g
1-3 "Slump; 36%Air
FW5520AMP
3600 psr Concrete for Machine Placed Pay.g
1-3"Slump; 36%A
0255.2301
3600 psr Concrete M. for Machine Placed Pavrag
l-3" Slump; 3 5-6 5%Au
0260.2302
4000 psr Concrete M. for Machine Placed Pave
l-3" Slump; 3 5-6 5%Au
45CAF'076
4500 ps, Concrete for Hand Placed Paving
3-5" Slump; 3-6%Au
D 10000001273
4500 psi Concrete for Head Placed Paving
3-5" Slump; 3-6%Au
D10000001737
4500 psr Concrete for Hand Placed Paving
3-5" Slamp; 3-6% Av
D 10000002107
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6 Au
D 10000001791
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6 Aa
DJOOO0001103
4500 psi Concrete for Hand Placed Paving
3-5" Slump; 3-6% Air
CM14528AE
4500 psi Concrete for Hand Placed Paving
3-5" Slump; 3-6 An
452065-1
4500 psi hand placed paving
3-5" Stamp; 36%Air
450065-1
4500 psi hand placed paving
3-5"Slump; 3-6 Air
45U500BG
4500 psr Concr.t. M. fin Hand Placed Pay.g, Storm Swcturea
3-5" Slump; 36% Air
FWCC602021
4500 psr concrete fin Hand Placed Pay.g
3-5" Slump; 36% Air
4609
4500 psr Concrete Mu f Hand Placed Paving, Manholca
3-5" Slump; 36% Air
6103
4500 ps, Concrete M. for Hand Placed Pay.g, Manhol a
3-5" Smmp; 36% Air
45NA20R
4500 psr Concrete Mu for Hand Placed Pay.g
3-5" Slump; 36% Air265
4500 psr Concrete Mrs for Hand Placed Pay.g
3-5" Slump; 36% Air365
4500 psr Concrete M. for Heard Placed Pay.g
3-5" Slump; 3-6 AirR4560AEWR/
6.00 Sacks / 4,500 psr Concrete for Hand Placed Paving
3-5" Slump; 4-6 AirGCH4500
4500 psr Concrete Hand Placed Paving
3-5"Slump; 36%Air
1851
4500 psr Concrete for Storm D—Stmcmres, Hand Placed Paving
3-5" Slump; 36%Aa
2MWR-1fi1PSMM
4500 psi Concrete M, for Hand Placed Pay.g
3-5"Slump; 35-65%Au
2MWR-]fi]UVSDM
4500 psi Concrete for Head Placed Pay.g
31"Slump; 3-6%Au
2MWR-IOMQS50N
4500 psr Concrete for Hand Placed Paving
3-5" Slump; 3-6%Au
R2146N35
6 1l sacks / 4,500 psr cocrete for Hand Place Pay.g, inlets, Manholes, HcW aRs
3-5" Slamp; 36% Aa
R2146R36
6 17 / 4,500 psr Conce, f r Haad Placed Pay.g
3-5" Slump; 3-6%Au
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I
111/22022
111/22022
I5/22/2023
112/22/2023
112/22/2023
111/152022
111/1520 2
19/92022
19/92022
19/92022
19/92022
19/92022
110/42023
110/42023
17/102023
11/24/2023
19/92022
19/92022
19/92022
19/92022
11/132023
19/9/2022
19/92022
19/92022
19/92022
19/92022
19/92022
19/9,022
19/92022
19/9/2022
19/9/2022
19/9/2022
19/92022
19/92022
19/91022
I I/18202,
1112 124
19/92022
11/242023
14n12023
19/92022
12/102023
I9/92022
19/92022
19/92022
19/9/2022
19/9/2022
19/9/2022
11/292024
15/3/2023
14/120 3
14/152024
14/152024
19/92022
15/5/2023
I
14/1/2023
19/92022
19/9/2022
19/9/2022
19/9/2022
19/92022
19/92022
19/92022
110/42023
19/92022
I
14/12023
14/l'023
3213 IS Mix Design
3213 13 Mi. Design
3213 13 Mi. Design
32 13 13 Mi, Deaipp
32 13 L3 Mi. Dea go,
3213 13 Mi. Design
32 13 13 Mix De Ign
32 13 13 M& Design
32 13 13 Mix Design
32 13 13 Mix Design
32 13 13 Mix Desigp
32 13 13 M. Desigp
32 13 13 Miz Design
32 13 13 Mi. Design
32 13 13 Mix DIP,
32 13 13 Mu Desfl
32 13 13 Mu Demon
32 13 13 Mu D.W,
321313 Mu Delp
321313 Mu Design
321313 Mi, Design
3213 L3 Mi. Design
3213 13 Mi. Design
3213 L3 Mix Design
32 13 13 Mi. Design
32 13 13 Mi. Desion
32 13 13 Mi. Design
32 13 13 Mix Design
32 13 13 &Des v
hhaa HE B q�i�Earl,trwgthP
321313 M Design
321313 Mi. De on
32 13 13 M. De ion
3213 L3 M&Des
igp
32 13 13 Mix De ion
32 13 L3 Mix Dear
32 13 13 Mi. Dail on
32 13 13 Mi. Design
32 13 13 Mi. Design
32 13 13 Mi. Design
32 13 13 Mix Desigp
32 13 13 Mix Design
32 13 13 M. Design
32 13 13 Mix Desigp
32 13 13 Mi. Des�p
3s�21313 MieDe�r
Clas S rida�ba1Ton Slabs o
32131r M, De
321313 M&Desion
321313 M&Design
3213 13 M-Deaipp
32 13 13 Mm Desion
3213 13 Mix De ion
32 13 13 Mix De ion
32 13 13 Mix Desion
32 13 13 Mix Desion
32 13 13 Mix Des n
ZonI Base l'rmch epmr
03 34 16 Mix Design
03 M l6 Mu Dcs�°n
ontrouw Low Strm4 Material
03 34 13 Mix Design
03 34 l3 Mu Desion
03 34 l3 Mu Desion
03 34 l3 Mm Desipp
0334 13 Mm Design
03 34 l3 Mm Desion
03 34 13 Mu Design
03 34 13 Mm D—
...
rete Rink �n
I31 37 00 X Desion
31 37 00 Mi. Desion
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin Marietta
Marlin M—
Marlin Marietta
Marlin Marietta
Marlin Marietta
Mann Mantas
NBR Re Mu
NBR Re a
Osbum
R.�jjid Redi Mu
Redi-Min
Redi-Mix
Redi-Mix
Redi-Mix
SRM Concrete
SRM Concrete
Tarrant Concrete
TarrmI Concrete
Tarrmt Concrete
Tian Ready Mix
Tme Grit Redi M.
Tme Grit Redi M&
Tme Grit Redi Miz
suing)
Big D Concrete
Bumco Texas
Charleys C ncr t
Cow Town Redi Mu
Cow Town Redi Mu
Cow Town Redi Mu
Cow Town Redi Mu
Estrada Readyy Mu
Holcim - S(SR, Inc.
t.' d Stone
Marvin Marietta
Redi-Ml
SRM Concrete
SRM Concrete
TaranI Concrete
Tarrant Concrete
f Direct T.CBi Culverh, AJ p.rh Slabs)
Cow Town Red{ M
Cow Town Rd i Mu
Cow Town Redi Mu
Estrada Ready Mix
Marlin Marietta
Martin Marietta
NBR Read��Mix
NBR ReadyMix
Redi-Mix
SRM Concrete
Bumco T—
B r. T—
B— Terns
Carder C.—
Carder Concete
CityConmUe CamJnJ?nY
Cow Town Redi M&
Martin Marietta
NBR Ready Mu
Tarrant Concrete
(Martin Marietta
Martin Marietta
si
R2146K36
4,506 Concrete, for Hand Placed Pavmg
3-5"Slump. 3-6%Air
1. �°
.I // �4,500 rete �
3-6 Air
R2146R444
6.60 S.I.psCCon Mu for H dd Placed Paving
3-5" Slump. 3-6 Air
R2146K44
6.60 Sacks / 4,500 Concrete Mi for Hand Placed Paving
3-5" Slump. 36%Air
R2146P36
%,
4,500 psiC nc Ue PPor Hand Placed Paving
3-S"Slump. 36%Air
R2146K36
4,SOOpsi Conc Uefor Hand Placed Paving
31"Slump. 36%Ate
R2147241
4,500 pace pi Concrete for Hand Placed Pavig n
31:: Slump, 4.51.5%Air
R2146236
4,500 p5 Conc to for Hand Placed Paving
3-5"Slump,36%A'v
R2146036
4,500 q�`�onc to for Hand Placed Paving, Inlets
31" Stamp, 36% Ah
R2146242
4,500 P� Coneret for Hand Placed Paving
3-5" Slam,, 36%Ab
R2146042
4,500 psi Concrete for Hand Placed Pavine
3-5" Slump, 36% Air
CLS P2-YY
6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving
3-5" Slump, 3-6 Air
CLS P2-NY
6.50 Sacks / 4,500 psi Can— for Hand Placed Paving
3-5" Slump, 3-6 Air
45A6OMR
6SK/4,500 psi Concrete for Hand Placed Paving
3-5"Slump, 36%Air
RRM6320ARP
4500 psi Concrete for Hand Placed Pavit�ff
3-5" Slump, 36% Air
1OM11524
4500 psi Concrete Mu for Hand Placed Pa
3-5" Slump, 36%Ate
lOM1l5D4
4500 psi Concrete Mu for Hand Placed Paving, S[onn Drain StrucNas
3-5" Slump, 36% Air
IOM71504
4500psi Concrete Mi for Hand Placed Pavmg"
3-5 "Slump, 36%Air
145CD5P4
4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Stmcta—
3-5" Slump, 3-6%Ate
45023
4,500 iConmetefor Hand Placed Paving
3-5 "Slump. 3-6%Ate
45000
4,506 iConcrete Cor Hand Placed Paving
31"Slump. 3-6%Air
FW6020AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5" Slump. 3-6 Ah
FW60AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5"Slump.36%Air
TCFW6020AHP
4500 psi Concrete Mu for Hand Placed Paving
3-5"Sharp, 36%Air
TRC4520
4500 psi Concrete for Hand Placed Pavi9ff
3-S" Slump. 36% Air
02602301
4500 psi Concrete Mu for Hand Placed Pav!
3-S" Slump, 36%Air
0265.2301
4500 psi Concrete Mu for Valle_ Gutters, Han Placed Paving
3-5" Slump, 3.56.5%Air
270.230
5000 psi Concrete for Hand Pla� Paving
31" Slump, 36%Air
14500AE
4500 psi Concrete f H' Early Strength Paving
3-5" Slump. 3-6%Ate
55UI20AG
4000 psi Concrete Mbe m Earl�Streng�h Paving
3-5" Slump, 3-6%Air
6589
4500 psi Concrete Mu for Hrearly Strength Paving
3-5" Slump, 3-6% Air
370-INC
4500 psi Concrete f HES Pavmg
3-5" Slump, 36%Ate
375-NC
5000 psi Concrete f HISS Paving
3-5" Slump, 36% Air
370-NC
4500 psi Concrete fm RES Paving
3-5 Shunp. 36%Air
380-NC
4500 si Concrete far HISS Pav�"r
31" Slump. 36%Air
4575AESC
7.50 ks/4,500 Qsi(3,000,Ti (a,3-&,)Concretefor HESPaving
3-S"Slump, 36%Ate
2125
5000 psi Concrete f HISS Paving
3-5" Slump, 36% Air
C451DHR-A
4500 (3,000e f r H241vs. HES Pav�'9C
3-5" Slump, 36% Air
ONI I507
4500 psi (2600 psi r 4 hrsJ Concrete Mu for HES Paving
3-5" Slump, 4.56.5 % Air
50310
5,000 �iConcreteor HES Pavia,
3-5"Skimp, 36%Air
40326
4,500 t 000 4 3-0a ) i Concrete for HES Paving
3-5" Slump, 36%Air
FW6520AMR
4500 (3000 � \3 psi HISS Pawl$
3-5" Slump, 36%Air
FW7520AMR
4500 (3000 psai -d— psi Concate s Paving
3-5" Slump, 36%Air
260
4000 psi Concrete Mi, for Bn �e Slabs, Box Culverts, Headwalls
31" Slump, 3-6%Ate
360
4000 psi Concrete Mu for Bn f Slabs, Box Culverts, Headwalls
3-5" Slump, 3-6% Air
365-STX
4000 prsi Concrete fin Bridge s s, [qq slabs of di mt Iratfic mlverts, approach slabs-TXDOT Class S-No Fly Ash
3-5" Slump, 3-6% Air
R4060AEWR
6.00 Sacks / 4,000 zi Concrete f Budge Slabs, Top Slabs, and Approach Slabs
4-6 Slump, 36%Ate
M7842344
4,000 psiCncetc Por BridgeD k
3-5"Slump. 4.5-7.5%Air
R2146P33
6.01 sacks / 4,00jJ ,i Conc to for Bri D k
3-S" Slump. 36%Ate
S. No Fly Ash
orN_S
TX S-YY
4.50 Sacks / 400611��� Concrete Mu for Class S Slab Paving
oncre a
31" Slump, 36%Ate
I56115D4
4000pi Bridge yllaha
3-5" Slomp, 36% Air
D100008553CB
4,006 psi Concret for Bdridge Approach Slab, Dark Slab
3-5 "Slump, 36%Ate
al far n
08Y450BA
800 psi 'toMu far ase for Trench Rep
51" Sllump. 3 61%Ate
OIY69OBF
100nn�i Covmete M& f Plowable Fib
Plowable, 8 5-11.5%Air
FWCC359101
50-I$0 psi Flowable Fill - CLSM
3-5" Slum{R(, 8-12%Ate
FWFF237501
50-150 psi Flowable Fill - CLSM
Flowable, 8 5-11.5%Ate
11-350-FF
50-150 psi Concrete f Flowable Fill-CLSM
Flowable, 8-12%Air
Mix# 9
70 OJai Flowable Fill - CLSM
7A" Slump, 8-11%AAir
bl�
eoncrette
8-10'
FTW FLOW FILL
ISd�AAi f HowableFdUCLSM
SI;76 8-12%Air
FWFF150CLSM
5FN01pei Plowable Poll-CLSM
Plowable, 2%Ate
1030
R2146033
14
4,006 psi Concrete for Rrmap
I3-5"Slump. 3-6%Ate
I
Asphalt Pavi„
19/92022
32 12 16
Mu Design
Austm Asphalt
FT5B117965
FT5B 117965 PG64-22 Type B Fme Base
11/92/22
321216
Mu Design
Au: Asphalt
FT1B139965
FT1B139965PG64-22TypeBPme Base
I9/92022
321216
Mu Design
Austm Asphalt
FT1B1l72
FT1B1172PG64-22TWp BF-13-
5/1 024
3212 16
Mu Dvaga
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
19/92022
3212 16
Mix Dvoga
Reynolds Asphalt
1112B
1I12B PG64-22 Type B Fme Base
I9/92022
3212 16
Ma Design
Reynolds Asphalt
1612E
1612B PG64-22 Type B Fme Base
112/52022
3312 L6
Moe Design
Suumon,: Pavmg
3476BV6422
3076BV6422 PG62-22 Type B Fme Base
19/92022
321216
Ma D"O"
Surmount Pavmg
341-BRAP6422ERG
341-BRAP6422ERGPG64-22Ty BFine Base
19/92022
321216
MaD-110i
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
19/9/2022
321216
Ma Desigo
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fme Base
19/92022
32 12 l6
Ma Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fme Base
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I As h. Continued?
I9/9/2022 32 12"
Mix Ues�af
TXBIT
64-224125-18 PG
64-224125-18 PG10-22 Type D Fine Sarface
I4/l/2024 32 12 16
I
Mu Desve
N...
TXBIT
I344 MAC-SP-D 7012.
I344 MAC-SP-D 70-22XR SAC A-R Tvne D Fme Surface
I9/9/2022
eleet.hle
321320
.rninp 3
DWS-Pavers
Pine Hall Brick (Winston Salem, NC
Tactile Pavers
I9/9/2022
32 13 20
D.-Pavers
Westem Brick Co. (11—toa, TX)
Delectable Waming Pavers
I9/9/2022
321320
DWS-Composite
Armor Tile
I9/9/2022
321320
DWS-Composte
ADA Saint—(Wrhnmghat MA)
Hentage B-1, CIP Composrte Paver
I4/7/2023
32 13 20
DWS -Pavers
ADSolnMn$ (Wrhnmgton. MA)
Detectable Warm.. Pavers
I Silicone Joint Sealant
I919/2022
I9/9/2022
32 13 73
32 13 73
]Dint Sealant
]Dint Sealant
Dow
Tremco
890SL
90OSL
1901L-Cold Ued, S' 'e Component, Silicone Joint Sealant
900SL-Cold ed, S e Component, Silicone Joint Sealant
I9/9/2022
32 13 73
]Dint Sealant
P—an
300SL
300SL-Cold `ad, S�9y e Co enL Silicone Joint Sealant
I9/9/2022
32 13 73
Joint Sealant
Ciah.
RoadSaver Silicone
Road .a S icone - Cold Apphe gle Component, Silicone Joint Sealant
I Utility Trench Embedment Sand
I9/92022
3305 10
Embedment Sand
Sdver Creek Metenals
UOhty Embedment Sand
I9/92122
13305 10
Embedment Sand
Crouch M..,o is
Utrhly Embedment Sand
I9/92022
330510
Embedment Sand
FandLDut Movers
UOhty Embedment Sand
I9/92022
330510
Embedment Sand
FendLDut Movers
Utility Embedment Sand
I9/92022
13305 10
Embedment Sand
Tat Top Manm Manetto
UOhty Embedment Sand
I Storm Sewer- Manholes & B.... /Fr.mea 8,Covers/Stavd.rd JRounall 13 1-13
I9282018 3305 13
McMole F., ead Covee
A ,.Cent (Govi Stwl Company, LTD)
M11 tl220605
MHRC #220605 (Size - **24" Din)
I9282018 330513
Manhole Cover
Neenah Foot
NF-1214-Tll
NI-1274-T91(Size-32"DiaJ
I928/2 18 3305 l3
Manhole Frames and Covers
,a
Neenah
NF-1743-LM (Hlaged)
NF-1743-LJA (Hit�Fd) (Size - 32" Die.)
I928/2 18 3305 13
Manhole Frame
Neenah Faun
NF-1930-30
NF-1930-30 (Size -32 25" Di..)
I9282018 330513
Manhole Frames and Covers
Neenah Foot
R-1743-HV
R-1743-HV(Size-32"DiaJ
I4/3/2019 330513
Manhole Frames and Covers
SIP Ind`ties ++
2279ST
2279ST(Size-24"DiaJ
I4/3/2019 330513
Manhole Frames and Covers
SIP Industries++
2280ST
2280ST(Size-32"DiaJ
I10/82020 3305 13
Manhole Prames and Covers
EJ (F—Ily East Jordan bon Works)
EJ1033 M/A
EJ1033 Z2/A (Si,. -32.25" Di.)
I3/8/2024 330513
Cmbhrlet Covers
SIP Industries++
2296T
2296T(Size-***24"Die)
I6/18/2024 330513
Cmb toldCove,a
SIPlnduatries++
2279STN
2279STNT(Siza-24"Di. )
**Note: AU new develop .iead new iru 11,W'.n ea,hok lids
shall meetthe minimum 30-inch opening requ� ementas Deckedin L}ry Spechcebon 33 OS l3. Any smaller opening sius wil(onty be allowedjor esisdng manholes that require replacemerttfiames and covers
I Storm Sewer-Inlet&Structures 33A5-13
I10/82020 33 49 20
Cad,(Nets
Fonema
FRT-10.3-0OS-PRECAST** (Size - l0' X 31
I10/82020 33 49 20
Curb Inlet,
Fonema
FRT-Ox3-406-PRECAST** (Size - l0' X 31
I10/82020 334 20
Curb Inlets
Fonema
FRT-1 Ox4 5-007-PRECAST** (Size - l0' X 4.5I
I10/8/2020 334 20
Curb Inlet,
F—itte
FRT-1 Ox4 5-420-PRECAST** (Size - lO' X 4.51
I10/t2020 333920
Manhole
Fonema
FRT-0X4-009-PRECAST-TOP(Size-4'X 41
I10/t2020 333920
Manhole
Fonema
FRT-0X4-009-PRECAST-BASE(Size-4'X 41
I10/t2020 333920
Manhole
Fonema
FRT-5X5410-PRECAST-TOP(St.-5'X 5)
I10/82020 333920
ManhOle
Fonema
FRT-5X5-010-PRECAST-BASE(Size-5'X 5)
I10/82020 333920
ManhOle
Fonema
FRT.411-PRECAST-TOP(Size-6'X 6)
I10/82020 333920
Manhole
Fonema
FRT-6X6-011-PRECAST-BASE(Sim -6'X 61
I3/192021 334920
Cmb Inlets
Thompson Pipe Goup
TPG10X3-0OS-PRECAST INLET**(Size-10'X3)
I3/19/2021 33 49 20
Curb Inlets
Thompson Pipe Group
TPG15X3-0OS-PRE CAST INLET** (Size - IS' X 31
I3/19/2021 334920
Curb Inlets
Thompson Pipe Goup
TPG2OX3-00,7(5��`Tpa��(t\RR�`�EE� ��L�) *(Size-20'X 71
*e-4'X4)
I3/19/2021 333920
Manhole
Thompson Pipe Goup
TPLX4-009
I3/19/2021 333920
ManhOle
Thompson Pipe Goup
PRREC� ASE
TPG-0X4 �iza-4'X4)
I3/19/2021 33 39 20
Manhole
Thompson Pipe Goup
TPG-0X4412-PRECgASST�T 44T-FI RISER (Size - 4' X 4)
I3/19/2021 333920
Manhole
Thompson Pipe Of"'
TPG-SXS-0I�-ASTB (SizeSSX51
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-5X5-012-PRECAST 5-Ff RISER (Size-5'X 5)
I3/192021 333920
Manhole
Thompson Pipe Group
TPG-6X6-0II-PRECAST TOP (Size -b'X 61
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-6X6-i -PRECAST BASE (Size-6'X 6)
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FI RISER (Sie-6'X 61
I3/19/2021 333920
Manhole
Thompson Pipe Group
TPG-7X7-011-PRECASTTOP(Sie-7'X71
I3/19/2021 333920
Manhole
Thompson Foe G.u,
TPG-7X7411-PRECAST BASE(Size-7'X7)
I3/192021 33 3920
Manhole
Thompson Fie Goup
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX 71
I3/19/2021 33 39 20
Manhole
Thompson Fie Goup
TPG-SX8-01 l-PRECAST TOP (Size - 8' X 81
3 39 20
I3/19/2021 333920
ManhOle
Thompson Fie Group
TPG-8X8-01 l-PRECAST BASE (Size - 8' X 81
I3/192021 33 39 20
Manhole
Thompson Fie Group
TPG-8X8412-PRECAST 5-FT RISER (Size - 8' X 81
I3/192021 33 49 20
Drot�lnle[
Thompson F./e Goup
TPG-0X4-008-PRECAST INLET (Size -4' X 41
I3/192021 33 49 20
Drot�Llet
Thompson F./e Group
TPG-5X5408-PRECAST INLET (Size - 5' X 5)
I3/192021 33 49 20
Dmtl Intel
Thomt�sSon F—je Group
TPGfiX6-008-PRECAST INLET (Si. - 6' X b)
I8282023 334910
Manhole
Oldcaste
Precast 4' x4'Stacked Maahole(Size-4'X4)
I8/28/2023 33 49 10
Manhole
Oldc.sde
Precast 5' x 8' Storm Junction Box (Size - 5' X 8)
I8282023 334910
Manhole
Oldcasde
Precas14'x 4' Storm Junction Box (Size-4'X 41
I8282023 334910
Manhole
Oldcasde
Precas15' x 5' Storm Junction Boa
I8282023 33491 0
Manhole
Oldcastie
ISize-5'XS)
Precaa16' x b' Storm ]unction Box (Size - 6' X b)
I8282023 334910
Manhole
Oldcesde
Precas18'x8'Sl Junction Box Base(Slze-8'X 8)
I8/28/2023 334910
Manhole
Old —tie
Precast 5'x8' Storm Junction Box Base (Size-5'X 8)
I8/28/2023 334910
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Sie-4'X 4)
I8282023 33 39 20
Curb Inlet 10 S 3' Riser
Thompson Pit a Goap
told Rise, (Size-3 FT)
I8/28/2023 333920
3 39 20
Curb Inlet 15', 3' Rae,
Thompson Pipa Goup
Inlet Riser (Size - 3 FT)
I8/28/2023 33 39 20
Curb Inlet 20' x 3' Rae,
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
I1/12/2024 33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop hole[ (4' X 41
I1/12/2024 33 49 20
Drop Inlet
Ame Tex Pipe &Products
Drop hilet (5' X 5)
11/19/2024 33 49 20
Manhole
Ame Tex Pipe &Products
Precast 4M' Storrs Junction Box
11/19/2024 33 49 20
Manhole
Aoo Tex Pipe &Products
Precast 5k,T Stomr Junction Box
I1/l9/2024 33 49 20
Manhole
Am —Tex Pie &Product,
5' Precast Toneitlon MH (4' MH on the top of 5' JB)
I1/l9/2024 33 49 20
Menhole
Am —Tex Pre &Products
Precast 6k6' Storm Junction Box
I l/,9/2024 33 49 20
Manhole
An —Tex Pre &Products
6' Precast Tm,ition MH (4, MH on the top ofb' JB)
I1/19/2024 33 49 20
Manhole
AmeriTex Pre &Products
Precast 8k8' Storm Junction Box
11/192024 33 49 20
Menhole
Ame,iTex Pipe &Product,
8' Precast Tonsition MH (4' MH on the top of 8' JB)
I I/192024 33 49 20
M.Mo1e
AmenTex Pipe &Prod—
T— C Swim Dmin Manhole on Box (4' MH on the top ofRCB)
I7/162024 33 49 20
Cad, (Nets
AmenTex Pipe &Pmducrs
10x3 Precast** (Size ]0' x 31
I7/162024 33 49 20
Cmb (nets
Amen'Iex Pipe &Pmducrs
11.3 Precast"" (Svx 15' x 31
**Note: Pr-1udar are OPovedfor the stagelporn'on ofthe .vcturelbasin)-1y. Stage Hp -don ofth—rveture
are required to be cos
h place.Na—epdons to this requiremeneshall be aYoxed.
ASTM D1111
ASTM D5893
ASTM D5893
ASTM D5893
[TM C33
TM C33
TMC33
TM C33
TM C33
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A536 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM C9t3
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
AS 615
ASTM 6l5
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
AS C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
AS C478
AS C478
AS C433
AS C913-16
ASTM C913-16
AS C913-16
AS C913
AS C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C9t3
ASTM C9t3
ASTM C9t3
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
I Storm Sewer
-Pines & Boxes 33-05-13
14/9/2021 33 41 13
Storm Drain Npee
Advanced Dramege Syetema, Inc (ADS)
ADS HP Sturm Polwmwlene (PP) Pine (Size - 12" - 60")
ASTM P2881 & AASHTO M330
I8/28/2023 33 4l l0
Sturm Dmin Pipes
Rinker Materials
Reinfored Concrete Pipe Tongue and Groove Joint Pipe (Size -21"or lu—)
ASTM C76, C655
18/28/2023 334110
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert(Sm- Various)
ASTM C789, C850
110/12/2023 33 41 10
Storm Dmin Pipes
AmeriTex Pipe &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Size - 15" or larder)
ASTM C76, C506
110/12/2023 344110
Culvert Box
A. —Tex Pr99e&Products
Reinforoed C.—Box Culvert(eize-Vai—O
ASTMC1433,C1577
110/18/2023 354110
Storm Dmin Pipes
The T— Co.
Reinforoed Conemte Pipe Tongue and Groove Joint Pipe" (Size- 15" or 1-0
ASTM C76, C506
110/18/2023 33 41 10
Culvert Box
The Tumor Co.
Reinforced C.—Box Culert (size - Vaious)
ASTM C1433,C1577
14/12/2024 33 41 10
Sturm Dmin Pipes
Thoml��son Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious)
ASTM C76, C506
16/25/2024 334110
Culvert Box
Oldcaste
Reinforced Concrete Box Culvert
ASTMC1433,C1577
16/25/2024 33 41 10
Storm Drain Npes
Old —de
Reinforced Concrete Pipe Tongue and Groove Joint Pipe` (Si,, Vaious)
ASTM C76, C506